Section one: Contracting authority
one.1) Name and addresses
AERA - AFBI
Veterinary Sciences Division, Stoney Road, Stormont
BELFAST
BT4 3SD
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3889947 DAERA AFBI – Supply, Delivery and Maintenance of a Digital Pathology Slide Scanner
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Veterinary Sciences Division (VSD) of the Agri-Food and Biosciences Institute (AFBI) requires one Digital Pathology Slide Scanning system for various veterinary sample types. AFBI requires the supply, delivery, and commissioning of the equipment. Warranty, servicing and reactive repair details are necessary requirements. On-site training in the operation of the supplied system is also required. See: http://www.afbini.gov.uk
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £224,955.30
two.2) Description
two.2.2) Additional CPV code(s)
- 33910000 - Pathology dissection instruments and supplies
- 85150000 - Medical imaging services
- 33110000 - Imaging equipment for medical, dental and veterinary use
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Veterinary Sciences Division (VSD) of the Agri-Food and Biosciences Institute (AFBI) requires one Digital Pathology Slide Scanning system for various veterinary sample types. AFBI requires the supply, delivery, and commissioning of the equipment. Warranty, servicing and reactive repair details are necessary requirements. On-site training in the operation of the supplied system is also required. See: http://www.afbini.gov.uk
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The Contract commenced on 7 January 2022 for an initial period of 3 years. There are a further 7 optionalextension options of 1 year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
The accelerated procedure was chosen due to likely long deliver lead in and non negotiable delivery date of the end of the financial year as well as current logistical issues nationally & globally.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-029271
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 January 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
LEICA MICROSYSTEMS UK LTD
LARCH HOUSE
MILTON KEYNES
MK14 6FG
lmstenders.uk@leica-microsystems.com
Telephone
+44 1908577650
Fax
+44 1908577640
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £224,955.30
Total value of the contract/lot: £224,955.30
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The UK does not have any review body with responsibility for appeal/mediation in public procurement competitions. Instead, challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regs 2015
United Kingdom
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Public Contract Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The Authority incorporated a standstill period before this contract was awarded. The standstill period was for a minimum of 10 calendar days.