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.5) Date of dispatch of this notice
07/03/2022