Awarded contract

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

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

F03: Contract award notice

Notice reference: 2024/S 000-005838

Published 22 February 2024, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute NI

Large Park

Hillsborough

B726 6DR

Email

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.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

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 involves joint procurement

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,500,000

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: COST / Weighting: 90

Cost criterion - Name: QUALITY / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

The Contract is for initial 1 year period with 4 options to extend for a further 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

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: 2024/S 000-001976


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

22 February 2024

five.2.2) Information about tenders

Number of tenders received: 1

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: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

C-LOCK INC.

1350 CONCOURSE DR

RAPID CITY

57703-4733

Email

contact@c-lockinc.com

Telephone

+1 6057915657

Country

United States

NUTS code
  • US - United States
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: £1,500,000

Total value of the contract/lot: £1,500,000


Section six. Complementary information

six.3) Additional information

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. The figure stated in V.2.4 is a. maximum that can be spent through the Contract over the full term and does not give any guarantee of any level of business that may. be awarded.. under. the agreement

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

uk

Country

United Kingdom