Tender

DAERA - AFBI – Supply and Delivery of Transmissibile Spongiform Encephalopathy (TSE) Rapid Test Kits

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice identifier: 2022/S 000-031554

Procurement identifier (OCID): ocds-h6vhtk-038006

Published 8 November 2022, 12:56pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

Stoney Road

BELFAST

BT4 3SD

Contact

SSDAdmin.CPDfinance-ni.gov.uk

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.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 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 – Supply and Delivery of Transmissibile Spongiform Encephalopathy (TSE) Rapid Test Kits

Reference number

4478940

two.1.2) Main CPV code

  • 33696500 - Laboratory reagents

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Agri-food and Biosciences Institute (AFBI) requires a Contractor to supply and deliver Transmissible Spongiform Encephalopahty (TSE) rapid test kits that are of a test format currently approved by the European Commission in accordance with Regulation (EC) 999/2001 for the prevention, control and eradication of certain transmissible spongiform encephalopathies as a result of it’s evaluation procedures and set out in Annex 10, Chapter C, point 4, as last replaced by Commission Regulation (EC) No 2020/1593. The Contractor will supply, deliver and maintain any equipment required to conduct the TSE rapid test for the period of the Contract, as well as providing technical support for the test method and equipment. Any equipment identified by the Contractor that is deemed necessary for the running of the test kits will remain the property of the Contractor and it will be the responsibility of the Contractor to remove the said equipment at the end of the Contract.

two.1.5) Estimated total value

Value excluding VAT: £225,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33124000 - Diagnostics and radiodiagnostic devices and supplies
  • 33124100 - Diagnostic devices
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Agri-food and Biosciences Institute (AFBI) requires a Contractor to supply and deliver Transmissible Spongiform Encephalopahty (TSE) rapid test kits that are of a test format currently approved by the European Commission in accordance with Regulation (EC) 999/2001 for the prevention, control and eradication of certain transmissible spongiform encephalopathies as a result of it’s evaluation procedures and set out in Annex 10, Chapter C, point 4, as last replaced by Commission Regulation (EC) No 2020/1593. The Contractor will supply, deliver and maintain any equipment required to conduct the TSE rapid test for the period of the Contract, as well as providing technical support for the test method and equipment. Any equipment identified by the Contractor that is deemed necessary for the running of the test kits will remain the property of the Contractor and it will be the responsibility of the Contractor to remove the said equipment at the end of the Contract.

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: £225,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: No

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 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

13 December 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 March 2023

four.2.7) Conditions for opening of tenders

Date

13 December 2022

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 the 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

UK

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.