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
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.