Tender

ID 4457248 - DAERA AFBI - CSB purchase of Liquid-Chromarographic Mass-Spectrometers (LC-MS/MS) 2022

  • Agri-Food and Biosciences Institute AFBI
  • Agri-Food and Biosciences Institute NI

F02: Contract notice

Notice identifier: 2022/S 000-035177

Procurement identifier (OCID): ocds-h6vhtk-038cdd

Published 13 December 2022, 12:01pm



The closing date and time has been changed to:

27 January 2023, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute AFBI

18a Newforge Lane

BELFAST

BT9 5PX

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.1) Name and addresses

Agri-Food and Biosciences Institute NI

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 involves 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 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

ID 4457248 - DAERA AFBI - CSB purchase of Liquid-Chromarographic Mass-Spectrometers (LC-MS/MS) 2022

Reference number

4457248

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

AFBI require a Contractor for the supply, delivery, installation, warranty and training of staff in the use of a compact, bench-top, Liquid Chromatograph – Triple Quadrupole Mass Spectrometer (LC-MS/MS) which must be delivered on or before 31st March 2023. This tender is for one instrument, however, should additional funding become available a second instrument may be purchased.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38400000 - Instruments for checking physical characteristics
  • 38430000 - Detection and analysis apparatus
  • 38432000 - Analysis apparatus
  • 38432200 - Chromatographs
  • 38433000 - Spectrometers
  • 38433100 - Mass spectrometer

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI require a Contractor for the supply, delivery, installation, warranty and training of staff in the use of a compact, bench-top, Liquid Chromatograph – Triple Quadrupole Mass Spectrometer (LC-MS/MS) which must be delivered on or before 31st March 2023. This tender is for one instrument, however, should additional funding become available a second instrument may be purchased.

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: £750,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract will commence on the date of award and will run until the successful installation and Commissioning. The warranty will run for a period of 1 year following the completion of the Installation and Commissioning with a further period of 4 years warranty. The Contractor will be asked to provide costs for optional years 6-10, in year 5 if the client chooses to acquire of the services.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will commence on the date of award and will run until the successful installation and Commissioning. The warranty will run for a period of 1 year following the completion of the Installation and Commissioning with a further period of 4 years warranty. The Contractor will be asked to provide costs for optional years 6-10, in year 5 if the client chooses to acquire of the services.

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

Originally published as:

Date

23 January 2023

Local time

3:00pm

Changed to:

Date

27 January 2023

Local time

3:00pm

See the change notice.

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: 23 April 2023

four.2.7) Conditions for opening of tenders

Date

23 January 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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 special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations

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 on the award decision.