Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ID 3889947 DAERA AFBI – Supply, Delivery and Maintenance of a Digital Pathology Slide Scanner

  • First published: 25 November 2021
  • Last modified: 25 November 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
DAERA - AFBI
Authority ID:
AA81615
Publication date:
25 November 2021
Deadline date:
09 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Veterinary Sciences Division (VSD) of the Agri-Food and Biosciences Institute (AFBI) requires one Digital Pathology Slide Scanning system for various veterinary sample types. AFBI requires the supply, delivery, and commissioning of the equipment. Warranty, servicing and reactive repair details are necessary requirements. On-site training in the operation of the supplied system is also required. See: http://www.afbini.gov.uk

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

DAERA - AFBI

Veterinary Sciences Division, Stoney Road, Stormont

BELFAST

BT4 3SD

UK

Contact person: SSDAdmin.CPDfinance-ni.gov.uk

E-mail: SSDAdmin.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 3889947 DAERA AFBI – Supply, Delivery and Maintenance of a Digital Pathology Slide Scanner

II.1.2) Main CPV code

33100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Veterinary Sciences Division (VSD) of the Agri-Food and Biosciences Institute (AFBI) requires one Digital Pathology Slide Scanning system for various veterinary sample types. AFBI requires the supply, delivery, and commissioning of the equipment. Warranty, servicing and reactive repair details are necessary requirements. On-site training in the operation of the supplied system is also required. See: http://www.afbini.gov.uk

II.1.5) Estimated total value

Value excluding VAT: 225 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

33910000

85150000

33110000

33190000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Veterinary Sciences Division (VSD) of the Agri-Food and Biosciences Institute (AFBI) requires one Digital Pathology Slide Scanning system for various veterinary sample types. AFBI requires the supply, delivery, and commissioning of the equipment. Warranty, servicing and reactive repair details are necessary requirements. On-site training in the operation of the supplied system is also required. See: http://www.afbini.gov.uk

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 225 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

36 months + option to extend for 7 x 12mth periods

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

36 months + option to extend for 7 x 12mth periods

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

The accelerated procedure was chosen due to likely long deliver lead in and non negotiable delivery date of the end

of the financial year as well as current logistical issues nationally & globally.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/12/2021

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 09/03/2022

IV.2.7) Conditions for opening of tenders

Date: 09/12/2021

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — contract management — procedures and principles). 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 this contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead;any challenges are dealt with by the High Court, Commercial Division, towhich proceedings may be issued regarding alleged breaches of the Public Contracts Regs

Belfast

UK

VI.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.

VI.5) Date of dispatch of this notice

24/11/2021

Coding

Commodity categories

ID Title Parent category
33110000 Imaging equipment for medical, dental and veterinary use Medical equipments
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
85150000 Medical imaging services Health services
33190000 Miscellaneous medical devices and products Medical equipments
33910000 Pathology dissection instruments and supplies Post-mortem and mortuary equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
SSDAdmin.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.