Section one: Contracting authority
one.1) Name and addresses
AFBI Stormont
12 Stoney Road
BELFAST
BT4 3SD
Contact
SSDAdminCPDfinance-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 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
DAERA - AFBI - CSB purchase of Liquid-Chromatographic Mass-Spectrometers (LC-MS/MS) 2023/24
Reference number
5123309
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
AFBI require a Contractor{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,560,000
two.2) Description
two.2.1) Title
Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 38400000 - Instruments for checking physical characteristics
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
- 38432200 - Chromatographs
- 38433000 - Spectrometers
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
AFBI require a Contractor{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria Lots 1 and 2 / Weighting: 80
Cost criterion - Name: Total Contract Price / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
Lots 1: up to 5 options to extend for 12 months for extended warranty and servicingLot 2: up to 9 options to extend for 12 months for extended warranty and servicing
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, the estimated value detailed in II.2.7 Estimated value above includes the estimate for whole potential value of this Lot which includes all elements associated with future proofing the contract as detailed in the tender documents including: Lot 1:One initial instrument including warranty for years 2-5 and, Addition warranty years 6-10, Two additional instruments, Years 2-10 additional warranty if a further two instruments are purchased. AFBI will avail of some or all of the above if funding becomes available, subject to need and on agreement between the AFBI and the Contractor,
two.2) Description
two.2.1) Title
Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 38400000 - Instruments for checking physical characteristics
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
- 38432200 - Chromatographs
- 38433000 - Spectrometers
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
AFBI require a Contractor{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria Lots 1 and 2 / Weighting: 80
Cost criterion - Name: Quantitative Criteria / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
Lot 1: 5 optional extension periods of 12 months for extended servicing Lot 2: 9 optional extension periods of 12 months for extended servicing
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, the estimated value detailed in II.2.7 Estimated value above includes the estimate for whole potential value of this Lot which includes all elements associated with future proofing the contract as detailed in the tender documents including:. One initial instrument including warranty for years 2-5 and. • Addition warranty years 6-10 • Two additional instruments • Years 2-10 additional warranty if a further two instruments are purchased. AFBI will avail of some or all of the above if funding becomes available, subject to need and on agreement between the AFBI and the Contractor
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-036706
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 February 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
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: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AGILENT TECHNOLOGIES LDA UK LIMITED
5500 Lakeside
CHEADLE
SK8 3GR
Telephone
+49 12345678
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £303,384.20
Total value of the contract/lot: £303,384.20
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 February 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
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: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AGILENT TECHNOLOGIES LDA UK LIMITED
5500 Lakeside
CHEADLE
SK8 3GR
Telephone
+49 12345678
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £351,077
Total value of the contract/lot: £351,077
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored. 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 their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the. contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres. of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.