Contract

ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)

  • The Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2023/S 000-008765

Procurement identifier (OCID): ocds-h6vhtk-02ee1c

Published 27 March 2023, 9:29am



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

Email

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

Email

tony.martin@thermofisher.com

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