Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CEFAS22-11 Next Generation Sequencing Services Framework

  • First published: 08 March 2022
  • Last modified: 08 March 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Cefas
Authority ID:
AA54650
Publication date:
08 March 2022
Deadline date:
04 April 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To help meet increasing needs, Cefas have a requirement to establish a new framework agreement for the provision of Next Generation Sequencing (NGS) services to include the approaches detailed below, and any proposed solution/awarded Provider must be able to fulfil the following requirements (as a minimum):

1. The service provided must include the receipt of sample(s) from Cefas, Library Preparation, Quality Control and sequencing, and delivery of data back to Cefas.

2. The service provided must be able to offer, depending on the requirements of the project, a range of NGS technical options including but not restricted to high throughput short and long read sequencing (including Illumina MiSeq, HiSeq, and NovaSeq platforms, PacBio, and Oxford Nanopore Technologies) for a diverse range of sequencing requirements, including but not restricted to amplicon sequencing (metabarcoding and multiplexed protocols), whole/partial genome sequencing, mitogenomics, genome skimming, metagenomics and metatranscriptomics, RNASeq, and hybrid approaches.

Depending on the requirements of the project, some processing and initial analyses of the raw data may be requested. Collaborative, jointly-authored projects will also be undertaken, with input from both parties.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CEFAS

Pakefield Road

Lowestoft

NR33 0HT

UK

Telephone: +44 1502527766

E-mail: procure@cefas.co.uk

NUTS: UK

Internet address(es)

Main address: www.cefas.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://defra.bravosolution.co.uk/go/39626026017F64A08C6F


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://defra.bravosolution.co.uk/go/39626026017F64A08C6F


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CEFAS22-11 Next Generation Sequencing Services Framework

II.1.2) Main CPV code

71621000

 

II.1.3) Type of contract

Services

II.1.4) Short description

To help meet increasing needs, Cefas have a requirement to establish a new framework agreement for the provision of Next Generation Sequencing (NGS) services to include the approaches detailed below, and any proposed solution/awarded Provider must be able to fulfil the following requirements (as a minimum):

1. The service provided must include the receipt of sample(s) from Cefas, Library Preparation, Quality Control and sequencing, and delivery of data back to Cefas.

2. The service provided must be able to offer, depending on the requirements of the project, a range of NGS technical options including but not restricted to high throughput short and long read sequencing (including Illumina MiSeq, HiSeq, and NovaSeq platforms, PacBio, and Oxford Nanopore Technologies) for a diverse range of sequencing requirements, including but not restricted to amplicon sequencing (metabarcoding and multiplexed protocols), whole/partial genome sequencing, mitogenomics, genome skimming, metagenomics and metatranscriptomics, RNASeq, and hybrid approaches.

Depending on the requirements of the project, some processing and initial analyses of the raw data may be requested. Collaborative, jointly-authored projects will also be undertaken, with input from both parties.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71241000

71351100

71620000

71621000

71900000

73111000

79311300

79723000

90700000

90711300

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

To help meet increasing needs, Cefas have a requirement to establish a new framework agreement for the provision of Next Generation Sequencing (NGS) services to include the approaches detailed below, and any proposed solution/awarded Provider must be able to fulfil the following requirements (as a minimum):

1. The service provided must include the receipt of sample(s) from Cefas, Library Preparation, Quality Control and sequencing, and delivery of data back to Cefas.

2. The service provided must be able to offer, depending on the requirements of the project, a range of NGS technical options including but not restricted to high throughput short and long read sequencing (including Illumina MiSeq, HiSeq, and NovaSeq platforms, PacBio, and Oxford Nanopore Technologies) for a diverse range of sequencing requirements, including but not restricted to amplicon sequencing (metabarcoding and multiplexed protocols), whole/partial genome sequencing, mitogenomics, genome skimming, metagenomics and metatranscriptomics, RNASeq, and hybrid approaches.

Depending on the requirements of the project, some processing and initial analyses of the raw data may be requested. Collaborative, jointly-authored projects will also be undertaken, with input from both parties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2022

End: 30/04/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/04/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 04/04/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

UK

VI.5) Date of dispatch of this notice

07/03/2022

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71351100 Core preparation and analysis services Geological, geophysical and other scientific prospecting services
90711300 Environmental indicators analysis other than for construction Environmental impact assessment other than for construction
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71900000 Laboratory services Architectural, construction, engineering and inspection services
73111000 Research laboratory services Research services
79311300 Survey analysis services Survey services
71621000 Technical analysis or consultancy services Analysis services
79723000 Waste analysis services Investigation services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procure@cefas.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.