Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute
Newforge Lane
BELFAST
BT9 5PX
SSDAdmin.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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
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 and Delivery of a Crude Protein Analyser using the Kjeldahl Technique
Reference number
4825622
two.1.2) Main CPV code
- 38500000 - Checking and testing apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
1.1 The Livestock Production Sciences (LPS) Branch at Hillsborough of the Agri-Food and Biosciences Institute (AFBI) requires competitive tenders for the purchase of a Crude Protein analyser using the Kjeldahl technique. The AFBI Hillsborough Analytical Services laboratory is required to analyse forage, animal feedstuffs and products in accordance with both European and Northern Ireland legislation. The laboratory provides a service for the analysis and assessment of animal diets associated with Department of Agriculture, Environment and Rural Affairs (DAERA), AFBI and privately funded research projects. This is in accordance with AFBI’s aims of promoting the precision management of feed for the Agri-Food industry. 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. Please refer to the specification for further details of the requirements for the supply of the protein analyser.
two.1.5) Estimated total value
Value excluding VAT: £153,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38500000 - Checking and testing apparatus
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
1.1 The Livestock Production Sciences (LPS) Branch at Hillsborough of the Agri-Food and Biosciences Institute (AFBI) requires competitive tenders for the purchase of a Crude Protein analyser using the Kjeldahl technique. The AFBI Hillsborough Analytical Services laboratory is required to analyse forage, animal feedstuffs and products in accordance with both European and Northern Ireland legislation. The laboratory provides a service for the analysis and assessment of animal diets associated with Department of Agriculture, Environment and Rural Affairs (DAERA), AFBI and privately funded research projects. This is in accordance with AFBI’s aims of promoting the precision management of feed for the Agri-Food industry. 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. Please refer to the specification for further details of the requirements for the supply of the protein analyser.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £153,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may be extended annually for a further 9 years to cover the extended warranty periods.
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
The estimated contract value includes the price of the protein analyser as well as the potential value of all contract extensions.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 August 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 October 2023
four.2.7) Conditions for opening of tenders
Date
1 August 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 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 Unsatisfactory Performance and their place on the contract may be terminated. The issue of a 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 twelve months from the date of issue of the Notice.
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 will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.