Opportunity

DAERA - AFBI - CSB purchase of Liquid-Chromatographic Mass-Spectrometers (LC-MS/MS) 2023/24

  • AFBI Stormont

F02: Contract notice

Notice reference: 2023/S 000-036706

Published 13 December 2023, 4:53pm



Section one: Contracting authority

one.1) Name and addresses

AFBI Stormont

12 Stoney Road

BELFAST

BT4 3SD

Contact

SSDAdminCPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-ni.gov.uk

Country

United Kingdom

NUTS 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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

DAERA - AFBI - CSB purchase of Liquid-Chromatographic Mass-Spectrometers (LC-MS/MS) 2023/24

Reference number

5123309

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{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.

two.1.5) Estimated total value

Value excluding VAT: £4,560,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1

Lot No

1

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{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.

two.2.5) Award criteria

Quality criterion - Name: Solvent standard test – CV% of repeated injections of A/P standard / Weighting: 12

Quality criterion - Name: Solvent standard test – IDL of A/P standard / Weighting: 4

Quality criterion - Name: Sample test – Quantitative Analysis A/P - Linearity over limited range (R2 + Residuals) / Weighting: 4

Quality criterion - Name: Sample test - Quantitative Analysis A/P – Positive samples average concentration + CV% / Weighting: 12

Quality criterion - Name: Sample test - Quantitative Analysis A/P – Successful determination of unknown analyte concentration including blank samples / Weighting: 16

Quality criterion - Name: Sample test – Quantitative Analysis beta-Agonists - Linearity over limited range (R2 + Residuals) / Weighting: 4

Quality criterion - Name: Sample test - Quantitative Analysis beta-Agonists – positive samples average concentration + CV% / Weighting: 12

Quality criterion - Name: Sample test - Quantitative Analysis beta-Agonists – successful determination of unknown analyte concentration including blank samples / Weighting: 16

Cost criterion - Name: Total Contract Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,710,000

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 successful Contractor will be asked to provide costs for optional years 6-10, in year 5 if the client chooses to acquire of the services. These 5 optional extensions will be subject to budget approval and will be purchased annually.

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

Please note, the estimated value detailed in II.2.6) Estimated value above includes the estimate for whole potential value of this Lot which includes all elements associated with future proofing the contract as detailed in the tender documents including:. One initial instrument including warranty for years 2-5 and. • Addition warranty years 6-10 • Two additional instruments • Years 2-10 additional warranty if a further two instruments are purchased. AFBI will avail of some or all of the above if funding becomes available, subject to need and on agreement between the AFBI and the Contractor.

two.2) Description

two.2.1) Title

Lot 2

Lot No

2

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{s) for the supply, delivery, installation, warranty, and training of staff in the use of Liquid Chromatograph – Triple Quadrupole Mass Spectrometers (LC-MS/MS). This tender comprises two Lots: Lot 1: one LC-MS/MS instrument purchased with 4 years’ additional warranty covering breakdown support and an annual preventive maintenance visit. which must be delivered on or before 31st March 2024. Lot 2: two LC-MS/MS instruments with one year’s warranty covering breakdown support and an annual preventive maintenance visit which must be delivered on or before 31st March 2024. In order to future proof both Lots the client has also included other elements to the contract such as additional extended warranty and the ability to purchase additional instruments within the first 12 months of commissioning of the instruments in both Lots; all of which will be subject to need, budgetary approval and agreement between both parties. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, two or both Lots as they wish subject to their ability to meet all the requirements for each Lot as detailed in the Tender Documents. See all tender documents for further information.

two.2.5) Award criteria

Quality criterion - Name: Solvent standard test – CV% of repeated injections of A/P standard / Weighting: 12

Quality criterion - Name: Solvent standard test – IDL of A/P standard / Weighting: 4

Quality criterion - Name: Sample test – Quantitative Analysis A/P - Linearity over limited range (R2 + Residuals) / Weighting: 4

Quality criterion - Name: Sample test - Quantitative Analysis A/P – Positive samples average concentration + CV% / Weighting: 12

Quality criterion - Name: Sample test - Quantitative Analysis A/P – Successful determination of unknown analyte concentration including blank samples / Weighting: 16

Quality criterion - Name: Sample test – Quantitative Analysis beta-Agonists - Linearity over limited range (R2 + Residuals) / Weighting: 4

Quality criterion - Name: Sample test - Quantitative Analysis beta-Agonists – positive samples average concentration + CV% / Weighting: 12

Quality criterion - Name: Sample test - Quantitative Analysis beta-Agonists – successful determination of unknown analyte concentration including blank samples / Weighting: 16

Cost criterion - Name: Total Contract Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,850,000

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 successful Contractor will be asked to provide service costs for optional years 2-10 if the client chooses to acquire of the services. These 9 optional extensions will be subject to budget approval and will be purchased annually.

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

Please note, the estimated value detailed in II.2.6) Estimated value above includes the estimate for the whole potential value of this Lot which includes all elements associated with future proofing the contract as detailed in the tender documents including:. 2 initial instrument and. • Additional warranty years 2-10 • Two additional instruments • Years 2-10 additional warranty if a further two instruments are purchased. AFBI will avail of some or all of the above if funding becomes available, subject to need and on agreement between the AFBI and the Contractor.


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as detailed in the Tender 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

22 January 2024

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: 21 April 2024

four.2.7) Conditions for opening of tenders

Date

22 January 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored. 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.