Opportunity

DAERA – AFBI – PROVISION OF A CO2/H2O AND CH4 ANALYSER, A TILDAS N2O MONITOR AND AN ADJUSTABLE HEIGHT MOUNTING MAST

  • Agri-Food and Biosciences Institute AFBI

F02: Contract notice

Notice reference: 2021/S 000-030127

Published 3 December 2021, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute AFBI

AFBI Large Park

Hillsborough

BT26 6DR

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.afbini.gov.uk/

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/ep

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 – PROVISION OF A CO2/H2O AND CH4 ANALYSER, A TILDAS N2O MONITOR AND AN ADJUSTABLE HEIGHT MOUNTING MAST

Reference number

3863479

two.1.2) Main CPV code

  • 38540000 - Machines and apparatus for testing and measuring

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Agri-Environment Branch of the Agri-Food and Biosciences Institute requires a Contractor(s) for the supply of a CO2/H2O CH4 analyser, a TILDAS N2O monitor and an adjustable height mounting mast.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Lot 1 – CO2/H2O and CH4 Analyser

Lot No

1

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator
  • 51430000 - Installation services of laboratory equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44200000 - Structural products
  • 44212200 - Towers, lattice masts, derricks and pylons
  • 44212263 - Lattice masts

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Agri-Environment Branch of the Agri-Food and Biosciences Institute requires a Contractor(s) for the supply of a CO2/H2O CH4 analyser, a TILDAS N2O monitor and an adjustable height mounting mast.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £150,000

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

After the initial contract period, there are three options to extend the contract by up to one year each.

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) Description

two.2.1) Title

Lot 2 – TILDAS N2O Monitor

Lot No

2

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator
  • 51430000 - Installation services of laboratory equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44200000 - Structural products
  • 44212200 - Towers, lattice masts, derricks and pylons
  • 44212263 - Lattice masts

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Agri-Environment Branch of the Agri-Food and Biosciences Institute requires a Contractor(s) for the supply of a CO2/H2O CH4 analyser, a TILDAS N2O monitor and an adjustable height mounting mast.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £250,000

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

After the initial contract period, there are three options to extend the contract by up to one year each.

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) Description

two.2.1) Title

Lot 3 – Adjustable Height Mounting Mast

Lot No

3

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator
  • 51430000 - Installation services of laboratory equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44200000 - Structural products
  • 44212200 - Towers, lattice masts, derricks and pylons
  • 44212263 - Lattice masts

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Agri-Environment Branch of the Agri-Food and Biosciences Institute requires a Contractor(s) for the supply of a CO2/H2O CH4 analyser, a TILDAS N2O monitor and an adjustable height mounting mast.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £200,000

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

After the initial contract period, there are three options to extend the contract by up to one year each.

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

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

13 January 2022

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: 13 April 2022

four.2.7) Conditions for opening of tenders

Date

13 January 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 certificate.

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.