Contract

DAERA - AFBI - CSB purchase of Liquid-Chromatographic Mass-Spectrometers (LC-MS/MS) 2023/24

  • AFBI Stormont

F03: Contract award notice

Notice identifier: 2024/S 000-005822

Procurement identifier (OCID): ocds-h6vhtk-042568

Published 22 February 2024, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

AFBI Stormont

12 Stoney Road

BELFAST

BT4 3SD

Contact

SSDAdminCPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-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

Email

uk_tenders@agilent.com

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

Email

uk_tenders@agilent.com

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.