Tender

ID 5555908 - DEARA - AFBI - CSB purchase of an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and Gas Chromatographic Mass-Spectrometer (GC-MS/MS).

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice identifier: 2024/S 000-040113

Procurement identifier (OCID): ocds-h6vhtk-04c792

Published 12 December 2024, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

12 Stoney Road

BELFAST

BT4 3SD

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-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 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

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

ID 5555908 - DEARA - AFBI - CSB purchase of an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and Gas Chromatographic Mass-Spectrometer (GC-MS/MS).

Reference number

5555908

two.1.2) Main CPV code

  • 38433100 - Mass spectrometer

two.1.3) Type of contract

Supplies

two.1.4) Short description

AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)

two.1.5) Estimated total value

Value excluding VAT: £357,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - Inductively Coupled Plasma – Mass Spectrometer (ICP-MS)

Lot No

1

two.2.2) Additional CPV code(s)

  • 38433000 - Spectrometers
  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)

two.2.5) Award criteria

Quality criterion - Name: Solvent standard test – Instrument detection limit and RSD assessment of repeated runs of a multi-elemental standard. / Weighting: 20.3

Quality criterion - Name: Solvent standard test – assessment of standard linearity. / Weighting: 9.8

Quality criterion - Name: Sample test - % recovery of matrix sample solutions. / Weighting: 39.9

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £181,000

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

initial contract period is for 12 months from commission with 4 optional extensions of 12 months each for extended warranty

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 - Gas Chromatographic Mass-Spectrometer (GC-MS/MS)

Lot No

2

two.2.2) Additional CPV code(s)

  • 38433000 - Spectrometers
  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)

two.2.5) Award criteria

Quality criterion - Name: Sample test – Quantitation and confirmation of unknown Pesticide concentrations in positive control fish extract. / Weighting: 30.8

Quality criterion - Name: Sample test – Linearity (R2 + Residuals) in matrix standard calibration curve (fish extract) (for the unknown pesticides determined in QA1) / Weighting: 19.6

Quality criterion - Name: Sample test - IDL of Pesticides in matrix sample (for the unknown pesticides determined in QA1) / Weighting: 19.6

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £176,000

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

initial contract period is for 12 months from commission with 4 optional extensions of 12 months each for extended warranty

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Terms and Conditions of Contract


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 2025

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: 22 April 2025

four.2.7) Conditions for opening of tenders

Date

22 January 2025

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