Type of document: Contract Notice
Country: United Kingdom
1. Title: CAPITAL PURCHASE OF NEXT GENERATION SEQUENCER (NGS)
2. Awarding Authority: Health and Safety Executive, GB. Web: (Alan Beswick)
3. Contract type: Supply contract
4. Description: The awarding authority require a machine that can provide species level identification for fungi and bacteria, including those derived from environmental isolates.
Based on the above requirement, HSE expect that the NGS system will be able to offer between a 500bp to 600bp read (i.e. between a 2 x 250 bp to 2 x 300 bp read capability) from its standard application; this would, for example, enable the reliable routine sequencing of relevant hyper variable regions of the 16S gene (e.g. V3, V4).
HSE Science Division’s laboratory space is limited, so the machine needs to be compact and user-friendly; a bench space of 1m2 would be a reasonable guide as to what space it needs to fit in to.
The system must have dedicated on-board software as part of the package to enable sequence alignment/identification; this needs to be user friendly, with a good user interface and not just designed for the specialist user. This is because our trained operators will not be using the system all of the time – sequencing will be one of several tasks they regularly undertake.
At the very least, the sequencing output software needs to link to open access gene sequence databases, such as NCBI to enable instant access to integrated sequence identification, which will be performed at the end of the sequencing process. We do not want to be constrained by access that is restricted to licensed sequence datasets only, although we appreciate that this may be an option.
The system needs to have design considerations whereby the machine and its accessories do not require high maintenance or high levels of operator hands-on input i.e. a high degree of process automation is required for most of the sequencing process.
5. CPV Code(s): 33197000, 30214000, 30210000, 38000000
6. NUTS code(s): UKD, UKD7, UKD72
7. Main site or location of works, main place of delivery or main place of performance: North West (England), Merseyside, Liverpool.
8. Reference attributed by awarding authority: 1.11.4.3456
9. Estimated value of requirement: Not provided.
10. Date documents can be requested until: 6.8.2019 (17:30:00).
11. Address to which they must be sent: For further information on the above contract please visit Web:
12. Other information: Process : Non-OJEU
Directive : Services
Procedure : Unspecified
TKR-2019717-EX-1111913