Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute NI
Large Park
Hillsborough
BT26 6DR
ssdadmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Agri-Food and Biosciences Institute NI
Belfast
ssdadmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN0 - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Agri-Food and Biosciences Institute NI
Newforge Lane
Belfast
BT9 5PX
ssdadmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region 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 involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
AFBI - SUPPLY, DELIVERY, AND SERVICING OF AUTOMATED HEAD-CHAMBER SYSTEMS (AHCS)
Reference number
ID5065982
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Livestock Production Sciences (LPS) Branch at Hillsborough of the Agri-Food and Biosciences Institute (AFBI) requires two (2) Automated Head-Chamber Systems (AHCS), one (1) for cattle and one (1) for sheep, for the quantification of methane, hydrogen and CO2 emissions and oxygen consumption on a daily basis (litter/day). 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.
two.1.5) Estimated total value
Value excluding VAT: £1,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Livestock Production Sciences (LPS) Branch at Hillsborough of the Agri-Food and Biosciences Institute (AFBI) requires two (2) Automated Head-Chamber Systems (AHCS), one (1) for cattle and one (1) for sheep, for the quantification of methane, hydrogen and CO2 emissions and oxygen consumption on a daily basis (litter/day). 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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 10
Cost criterion - Name: Cost / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £1,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The total maximum contract period is for up to 7 years. The initial contract term is for 12mths and covers the warranty period of the initial 2 AHCS units purchased and contains options to extend for 4 further periods of 12 months each to cover the servicing and maintenance package. In the event that further AHCS units are purchased within the first 24 month period, further optional extension periods to cover the servicing and maintenance will apply as per the Specification.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please note – In reference to the estimated total contract value of £1.9M as per Section II.1.5 and II.2.6 the Initial contract value is approx £240k for the 2 AHCS Units purchased including all optional extension periods. There maybe the potential for further purchases of AHCS units from the successful Contractor in the coming 24 months as follows:.. . . • Tranche one of up to the maximum value of £1.2M is subject to a funding Bid. If the Bid is successful, AFBI is required to place an order by 31st March 2024 (delivery can be throughout 2024, up to 31st March 2025). • Tranche two of up to a maximum value of £482k is also subject to a Capital funding bid to AFBI’s sponsoring Department, DAERA, under the Green Growth programme. Further detail is provided in the Specification.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 19 May 2024
four.2.7) Conditions for opening of tenders
Date
19 February 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification in line with the contract management procedures. Contractors not delivering on contract Requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and your performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to three years
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation
UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended)and where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of.. contract is communicated to tenderers. That notification will provide full information on the award decision