Tender

AFBI – Supply and Delivery of a Crude Protein Analyser using the Kjeldahl Technique

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice identifier: 2023/S 000-018363

Procurement identifier (OCID): ocds-h6vhtk-03dd17

Published 28 June 2023, 10:58am



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

Newforge Lane

BELFAST

BT9 5PX

Email

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.