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
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