NEUPC Molecular Biology Research Services Framework
NEUPC is seeking to award a Framework Agreement for the provision of Molecular Biology Research Services. 4 Lots.
United Kingdom-Leeds: Research laboratory services
2018/S 161-368465
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
United Kingdom
Contact person: Michael Hofman
Telephone: +44 1134861759
E-mail: m.hofman@neupc.ac.uk
NUTS code: UK
I.1)Name and addresses
Room 4.04, 101 George Street
Edinburgh
EH2 3ES
United Kingdom
E-mail: enquiries@apuc-scot.ac.uk
NUTS code: UK
I.1)Name and addresses
8 th Floor, 30-36 Newport Road
Cardiff
CF24 0DE
United Kingdom
E-mail: m.hopkins@wales.ac.uk
NUTS code: UK
I.1)Name and addresses
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
United Kingdom
E-mail: enquiries@lupc.ac.uk
NUTS code: UK
I.1)Name and addresses
Albert House, 17 Bloom Street
Manchester
M1 3HZ
United Kingdom
E-mail: andy.woj@manchester.ac.uk
NUTS code: UK
I.1)Name and addresses
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road
Reading
RG6 6BZ
United Kingdom
E-mail: supc@reading.ac.uk
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Molecular Biology Research Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NEUPC is seeking to award a Framework Agreement for the provision of Molecular Biology Research Services. The Framework Agreement has been split into 4 lots as follows:
Lot 1: sequencing Services
Lot 2: genotyping Services
Lot 3: DNA/RNA Extraction Services
Lot 4: oligonucleotides
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: next Gen Sequencing Services.
Lot 2: sanger Sequencing Services.
Lot 3: genotyping Services.
Lot 4: DNA/RNA Extraction Services.
Lot 5: oligonucleotides.
II.2.1)Title:
Next Gen Sequencing Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The requirement for Next Generation sequencing services will provide a complete workflow from cells to data which could include, but is not limited to, the following types of services:
(i) Whole Genome Sequencing;
(ii) Exome Sequencing;
(iii) RNA-Sequencing;
(iv) RNA analysis;
(v) Targeted Sequencing;
(vi) 16s Microbial Sequencing;
(vii) Small RNA Sequencing;
(viii) Gene Sequencing;
(ix) Methylation Sequencing;
(x) HiC library preparation;
(xi) Long-mate pair preparation;
(xii) Optical Mapping;
(xiii) Bioinformatic Services — Data Analysis, Interpretation and Reporting of sequencing services;
(xiv) ChiP-Seq;
Alternative solutions or processes that can achieve the same outcomes are/will be covered under this framework agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Potential for an extension option of up to 24 months at the end of the initial 2 year term
II.2.13)Information about European Union funds
II.2.1)Title:
Sanger Sequencing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The requirement for Sanger sequencing services will provide a complete workflow from cells to data which could include, but is not limited to, the following types of services:
(i) Sanger sequencing;
(ii) PCR Amplification;
(iii) Cloning;
(iv) Bioinformatic Services — Data Analysis, Interpretation and Reporting of sequencing services.
Alternative solutions or processes that can achieve the same outcomes are/will be covered under this framework agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Potential for an extension option of up to 24 months at the end of the initial 2 year term
II.2.13)Information about European Union funds
II.2.1)Title:
Genotyping Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
Lot 3: Genotyping Services
The requirement for genotyping services will provide a complete workflow from cells to data which will include, but is not limited to, the following type of services:
(i) Genotyping of Single Nucleotide Polymorphysm (SNP);
(ii) Genotyping of simple sequence repeat (SSR);
(iii) Genotyping by Microsatellite;
(iv) Any other Genotyping services;
(v) All-inclusive genotyping service;
(vi) Array-based genotyping;
(vii) Bioinformatic Services — Data Analysis, Interpretation and Reporting of genotyping services.
Alternative solutions or processes that can achieve the same outcomes are/will be covered under this framework agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Potential for an extension option of up to 24 months at the end of the initial 2 year term
II.2.13)Information about European Union funds
II.2.1)Title:
DNA/RNA Extraction Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM
II.2.4)Description of the procurement:
The requirement for DNA/RNA extraction services will provide a complete workflow from cells to data which will include, but is not limited to, extraction from the following sources:
(i) whole blood;
(ii) Saliva;
(iii) FTA paper;
(iv) Buccal swabs;
(v) Mammalian cell lines/primary cells (cell pellets);
(vi) Plant and animal tissue;
(vii) FFPE tissue;
(viii) Bacteria;
(ix) Any other source as requested;
(x) Extracted DNA/RNA must be suitable for use in various downstream applications as requested;
(xi) Bioinformatic Services — Data Analysis, Interpretation & Reporting of extraction services
Alternative solutions or processes that can achieve the same outcomes are/will be covered under this framework agreement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Potential for an extension option of up to 24 months at the end of the initial 2 year term
II.2.13)Information about European Union funds
II.2.1)Title:
Oligonucleotides
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The requirement for the provision of Oligonucleotides to support basic biological research and applied fields such as diagnostic, biotechnology, forensic biology, biological systematic and varied research projects undertaken by individual Member Institutions will include, but is not limited to, the following:
(i) Standard Oligo synthesis;
(ii) Oligo purification;
(iii) Custom RNA synthesis;
(iv) Molecular beacons;
(v) XS Probes;
(vi) Internal Degenerated bases;
(vii) Full QC analysis of the Oligo sequences provided.
Alternative solutions or processes that can achieve the same outcomes are/will be covered under this framework agreement
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Potential for an extension option of up to 24 months at the end of the initial 2 year term
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/A
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
April 2022
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015.
It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Research-laboratory-services./A8GF3EUTZK
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/A8GF3EUTZK
GO Reference: GO-2018820-PRO-13045887
VI.4.1)Review body
Leeds
United Kingdom
VI.5)Date of dispatch of this notice: