Tender

Development and validation of a species-specific environmental DNA (eDNA) assay for American mink (Neovison vison)

NATURAL ENGLAND

This public procurement record has 3 releases in its history.

TenderAmendment

27 Aug 2024 at 09:20

TenderAmendment

22 Aug 2024 at 13:53

Tender

22 Aug 2024 at 13:34

Summary of the contracting process

Natural England is seeking a contractor to develop and validate a species-specific environmental DNA (eDNA) assay for American mink (Neovison vison). The procurement process is in the Tender stage and aims to develop a dPCR assay. The project will encompass qPCR validation, ddPCR or dPCR validation, and field validation. Interested parties need to send their quotations by 12 midday on 5th September 2024, and the contract period will run from 28th September 2024 to 28th March 2025. The procurement falls under the "Research and development services and related consultancy services" category, with a budget of £25,000. This open procedure below the threshold is geared towards ensuring stringent scientific validation and testing along with accurate assay designs.

This opportunity presents a significant business growth avenue for companies specialising in DNA analysis, molecular biology, and environmental science fields. Firms experienced in qPCR and dPCR technologies, and those adept at field sampling and DNA extraction, will find this tender particularly suited to their expertise. By participating in this tender, businesses can expand their portfolio in environmental DNA assays, gain credibility through collaboration with a reputable organisation like Natural England, and access future opportunities in similar species-specific environmental monitoring projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Development and validation of a species-specific environmental DNA (eDNA) assay for American mink (Neovison vison)

Notice Description

The development of a dPCR assay for American mink (Neovison vison). 1. qPCR validation a. The successful contractor will evaluate four existing assays for American mink that target either the COI gene (Pugh 2022), cyt-b gene (Di Girolamo 2022) or ND2 gene (Takaba and others 2024) using the validation scale for single species eDNA assays (Thalinger and others 2021). b. Areas for assay improvement should be identified, and further in silico and in vitro testing conducted using qPCR to ensure at least one assay reaches Level 3 minimum on the validation scale (Thalinger and others 2021). The assay(s) should be able to achieve a R-squared value >=0.990 and efficiency of 90-110%. c. If these validation criteria are not met, the successful contractor must design a new assay that does meet the validation criteria. d. A confidence assessment should be undertaken for the best-performing assay following the requirements set out in NECR359 "A framework for assessing confidence in environmental DNA qPCR assays and results" (K.J. Harper and others 2021). This framework (also known as COASTER) requires a standardised data input, as well as user-defined settings, and can be accessed through common web browsers. The tool operates in R under the Shiny framework. A link to the tool will be made available to the successful contractor (it is planned for this to be open access in the near future). 2. ddPCR or dPCR validation a. The successful contractor will transition the best-performing assay with qPCR technology to ddPCR or dPCR technology. b. In vitro testing should be repeated to confirm assay specificity as well as redetermine the Limit of Detection (LOD) and Limit of Quantification (LOQ) due to the higher detection sensitivity of ddPCR and dPCR technology. c. Costs of running ddPCR or dPCR vs. qPCR should be compared. 3. Field validation a. The successful contractor will design a sampling strategy to test the assay in areas of known American mink presence and absence determined via trapping in consultation with the Natural England Project Officer. At least three sites with known mink presence and three sites with known mink absence should be sampled, and field negative controls should be included. b. Water sampling equipment, protocols and collection forms will be provided for the agreed sampling strategy by the contractor. Consideration should be given to in-field applicability (e.g. single-use filters) by Natural England staff and the need to reduce or eliminate cross-contamination in the field. Freezing samples is not generally possible so alternative methods should be considered for sample preservation prior to shipping to the laboratory. Shipping should be arranged by the contractor and sample storage and packaging instructions provided. DESCRIPTION CONTINUED IN ADDITIONAL TEXT FIELD Additional information: c. The contractor will extract DNA from samples (including extraction negative controls) and analyse resulting DNA extracts with the best-performing assay using qPCR and ddPCR or dPCR technology to compare detection sensitivity. At least three technical replicates per sample should be performed with both technologies for DNA amplification, and PCR positive and negative controls should be included. d. Samples that fail to amplify should be tested for inhibition. If inhibition is identified, affected samples should treated for inhibition and retested using qPCR and ddPCR or dPCR technology. e. Positive samples should be sequenced to confirm species identity. The results should be compiled into a final detailed report. To apply for this opportunity you must submit your quotation meeting the requirements detailed in the Request for Quotation (RFQ) attached. Your response must be sent to annie.ivison@naturalengland.org.uk by 12 midday on 5th September 2024. If you have any clarification questions linked to this opportunity or the procurement process please submit these via email to annie.ivison@naturalengland.org.uk. Please note that, unless commercially sensitive, both the question and the response will be circulated to all tenderers.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-939d95c9-14f2-4657-9094-d1c1384288ca
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/52e42ac0-db85-4545-a3db-0099eb914a42
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£25,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Aug 20241 years ago
Submission Deadline
5 Sep 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
27 Sep 2024 - 28 Mar 2025 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATURAL ENGLAND
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
NEWCASTLE UPON TYNE
Postcode
NE4 7YH
Post Town
Newcastle upon Tyne
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC43 Tyneside
Delivery Location
Not specified

Local Authority
Newcastle upon Tyne
Electoral Ward
Elswick
Westminster Constituency
Newcastle upon Tyne Central and West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-939d95c9-14f2-4657-9094-d1c1384288ca-2024-08-27T10:20:38+01:00",
    "date": "2024-08-27T10:20:38+01:00",
    "ocid": "ocds-b5fd17-939d95c9-14f2-4657-9094-d1c1384288ca",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "NE220824DDAAM",
        "title": "Development and validation of a species-specific environmental DNA (eDNA) assay for American mink (Neovison vison)",
        "description": "The development of a dPCR assay for American mink (Neovison vison). 1. qPCR validation a. The successful contractor will evaluate four existing assays for American mink that target either the COI gene (Pugh 2022), cyt-b gene (Di Girolamo 2022) or ND2 gene (Takaba and others 2024) using the validation scale for single species eDNA assays (Thalinger and others 2021). b. Areas for assay improvement should be identified, and further in silico and in vitro testing conducted using qPCR to ensure at least one assay reaches Level 3 minimum on the validation scale (Thalinger and others 2021). The assay(s) should be able to achieve a R-squared value >=0.990 and efficiency of 90-110%. c. If these validation criteria are not met, the successful contractor must design a new assay that does meet the validation criteria. d. A confidence assessment should be undertaken for the best-performing assay following the requirements set out in NECR359 \"A framework for assessing confidence in environmental DNA qPCR assays and results\" (K.J. Harper and others 2021). This framework (also known as COASTER) requires a standardised data input, as well as user-defined settings, and can be accessed through common web browsers. The tool operates in R under the Shiny framework. A link to the tool will be made available to the successful contractor (it is planned for this to be open access in the near future). 2. ddPCR or dPCR validation a. The successful contractor will transition the best-performing assay with qPCR technology to ddPCR or dPCR technology. b. In vitro testing should be repeated to confirm assay specificity as well as redetermine the Limit of Detection (LOD) and Limit of Quantification (LOQ) due to the higher detection sensitivity of ddPCR and dPCR technology. c. Costs of running ddPCR or dPCR vs. qPCR should be compared. 3. Field validation a. The successful contractor will design a sampling strategy to test the assay in areas of known American mink presence and absence determined via trapping in consultation with the Natural England Project Officer. At least three sites with known mink presence and three sites with known mink absence should be sampled, and field negative controls should be included. b. Water sampling equipment, protocols and collection forms will be provided for the agreed sampling strategy by the contractor. Consideration should be given to in-field applicability (e.g. single-use filters) by Natural England staff and the need to reduce or eliminate cross-contamination in the field. Freezing samples is not generally possible so alternative methods should be considered for sample preservation prior to shipping to the laboratory. Shipping should be arranged by the contractor and sample storage and packaging instructions provided. DESCRIPTION CONTINUED IN ADDITIONAL TEXT FIELD Additional information: c. The contractor will extract DNA from samples (including extraction negative controls) and analyse resulting DNA extracts with the best-performing assay using qPCR and ddPCR or dPCR technology to compare detection sensitivity. At least three technical replicates per sample should be performed with both technologies for DNA amplification, and PCR positive and negative controls should be included. d. Samples that fail to amplify should be tested for inhibition. If inhibition is identified, affected samples should treated for inhibition and retested using qPCR and ddPCR or dPCR technology. e. Positive samples should be sequenced to confirm species identity. The results should be compiled into a final detailed report. To apply for this opportunity you must submit your quotation meeting the requirements detailed in the Request for Quotation (RFQ) attached. Your response must be sent to annie.ivison@naturalengland.org.uk by 12 midday on 5th September 2024. If you have any clarification questions linked to this opportunity or the procurement process please submit these via email to annie.ivison@naturalengland.org.uk. Please note that, unless commercially sensitive, both the question and the response will be circulated to all tenderers.",
        "datePublished": "2024-08-22T14:34:39+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10000,
            "currency": "GBP"
        },
        "value": {
            "amount": 25000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-09-05T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-09-28T00:00:00+01:00",
            "endDate": "2025-03-28T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/52e42ac0-db85-4545-a3db-0099eb914a42",
                "datePublished": "2024-08-22T14:34:39+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2024-08-27T10:20:38+01:00"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "RFQ",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1079eaba-e114-4d2a-98af-2b9ab2706a56",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "contractDraft",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f0836c0a-8fa2-48dc-b394-85f58dd8fa6d",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "evaluationReports",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/29c12ed5-382c-41cf-839f-176d30e71803",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "RFQ",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3bdde8ac-c932-4635-86f8-5bef76bccfe6",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hWvd872d",
            "name": "Natural England",
            "identifier": {
                "legalName": "Natural England",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hWvd872d"
            },
            "address": {
                "streetAddress": "Lancaster House, Hampshire Ct",
                "locality": "Newcastle upon Tyne",
                "postalCode": "NE4 7YH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Annie Ivison",
                "email": "annie.ivison@naturalengland.org.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hWvd872d",
        "name": "Natural England"
    }
}