Skip to main content.

NEUPC Ltd: Molecular Biology Research Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Molecular Biology Research Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
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 four lots as follows: Lot 1: Sequencing Services Lot 2: Genotyping Services Lot 3: DNA/RNA Extraction Services Lot 4: Oligonucleotides
Published: 20/08/2018 16:48
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Research laboratory services.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1134861759, Email: m.hofman@neupc.ac.uk
             Contact: Michael Hofman
             Main Address: http://www.neupc.ac.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://neupc.delta-esourcing.com/
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Molecular Biology Research Services       
      Reference Number: LAB2002 NE
      II.1.2) Main CPV Code:
      73111000 - Research laboratory services.

      II.1.3) Type of contract: SERVICES
      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 four 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:
      Value excluding VAT: 30,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 5
      The contracting authority reserves the right to award contracts combining the following lots or groups of 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) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Next Gen Sequencing Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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
(viiSmall 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 & 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: potential for an extension option of up to 24 months at the end of the initial 2 year term
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Sanger Sequencing       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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 & 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: potential for an extension option of up to 24 months at the end of the initial 2 year term
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Genotyping Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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 & 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: potential for an extension option of up to 24 months at the end of the initial 2 year term
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: DNA/RNA Extraction Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: potential for an extension option of up to 24 months at the end of the initial 2 year term
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Oligonucleotides       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: potential for an extension option of up to 24 months at the end of the initial 2 year term
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 30           
         In the case of framework agreements justification for any duration exceeding 4 years: N/A    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2018/S 25 - 53628       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/09/2018 Time: 13:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/09/2018
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: April 2022
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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
   VI.4) Procedures for review
   VI.4.1) Review body:
             North Eastern Universities Purchasing Consortium
       Leeds, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/08/2018

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       APUC Limited
       Room 4.04, 101 George Street, Edinburgh, EH2 3ES, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Higher Education Purchasing Consortium Wales
       8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: m.hopkins@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: http://www.lupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       North Western Universities Purchasing Consortium Ltd
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: andy.woj@manchester.ac.uk
       Main Address: http://www.nwupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       Southern Universities Purchasing Consortium
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice