Section one: Contracting authority
one.1) Name and addresses
The Department of Agriculture, Environment and Rural Affairs
Dundonald House
BELFAST
BT4 3SB
Contact
StrategicDelivery.CPDfinance-ni.gov.uk
StrategicDelivery.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.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)
Reference number
ID 3836678
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful ‘day 1’ business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.
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: £29,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful ‘day 1’ business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 60
Cost criterion - Name: Quantitative Criteria / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The contract will have an option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2.
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
Competitive procedure with negotiation
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: 2021/S 000-026287
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
13 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
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: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
THERMO FISHER SCIENTIFIC INC.
168 3RD AVE
WALTHAM
024517551
Country
United States
NUTS code
- US - United States
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: £29,000,000
Total value of the contract/lot: £29,000,000
Section six. Complementary information
six.3) Additional information
The figure indicated in V.2.4) of GBP 29,000,000.00 is a maximum figure that reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure has increased from the contract notice (2021/S 000-026287) which provided a figure of £24,000,000. This is to due to the recent identification of additional labs within the Contracting Authority and named participants that may wish to onboard during the contract term. The increased value also takes into consideration additional testing that has recently been identified which will impact on licensing requirements.
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. 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.
Belfast
Country
United Kingdom