Section one: Contracting authority/entity
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs -Agri-Food and Biosciences Institute
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
Contact
Colin Best
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/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
DAERA AFBI Servicing,Reagents,Consumables for Illumina Miseq Benchtop Genome Sequencer
Reference number
ID3633874
two.1.2) Main CPV code
- 50430000 - Repair and maintenance services of precision equipment
- FG11 - For scientific purposes
two.1.3) Type of contract
Services
two.1.4) Short description
This DAC covers purchasing of a new 5 year service contract for the Miseq instrument to replace that which came with the instrument when purchased after competition in 2015 which will be effective until the end of the asset's useful life.
This DAC further includes the foreseeable needs of other AFBI users of AFBI's MiSeq instrument for the next 5 years according to estimates supplied to the Bacteriology and Virology Branches at AFBI Stormont in relation to reagent usage.
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: £230,000
two.2) Description
two.2.2) Additional CPV code(s)
- 33696500 - Laboratory reagents
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Primarily for AFBI users in their Virology and Bacteriology Branches.
two.2.4) Description of the procurement
This DAC covers purchasing of a new 5 year service contract for the Miseq instrument to replace that which came with the instrument when purchased after competition in 2015 which will be effective until the end of the asset's useful life.
This DAC further includes the foreseeable needs of other AFBI users of AFBI's MiSeq instrument for the next 5 years according to estimates supplied to the Bacteriology and Virology Branches at AFBI Stormont in relation to reagent usage.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Illumina are sole suppliers of equipment servicing and reagents that run on their machines. These machines are the state of the art for genome sequencing, and to ensure good quality data, AFBI need to be able to use the reagents designed for these platforms.
Having purchased the Illumina Miseq hardware, AFBI wish to purchase Illumina servicing and reagents (MiSeq reagent kits v2 and v3), as they are sole suppliers of both.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
1
Title
DAERA AFBI Servicing,Reagents,Consumables for Illumina Miseq Benchtop Genome Sequencer
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
5 July 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Illumina UK
Cambridge
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £230,000
Total value of the contract/lot/concession: £230,000
Section six. Complementary information
six.3) Additional information
The estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future
proof. There is no guarantee of any level of business under this contract. The estimate is not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No
compensation will be payable to a contractor should the actual demand be less than that stated.
The successful contractor's performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 01/12 Contract Management: https://www.finance-ni.Gov.uk/sites/default/files/publications/dfp/PGN-010
12-Contract-Management-Principles-Procedures-25-Sept-2017.PDF). 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 Construction and Procurement Delivery 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 notice of written warning and notice of unsatisfactory performance and this
contract may be terminated.The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of the notice.
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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 Public Contracts Regulations 2015.