Tender

AFBI - SUPPLY, DELIVERY, AND SERVICING OF AUTOMATED HEAD-CHAMBER SYSTEMS (AHCS)

  • Agri-Food and Biosciences Institute NI
  • Agri-Food and Biosciences Institute NI
  • Agri-Food and Biosciences Institute NI

F02: Contract notice

Notice identifier: 2024/S 000-001976

Procurement identifier (OCID): ocds-h6vhtk-042ea5

Published 19 January 2024, 4:00pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute NI

Large Park

Hillsborough

BT26 6DR

Email

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

Email

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

Email

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