Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cefas
Pakefield Road
Lowestoft
NR33 0HT
UK
Telephone: +44 1502527766
E-mail: procure@cefas.co.uk
NUTS: UKK
Internet address(es)
Main address: www.cefas.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra.bravosolution.co.uk/go/79091401017C5A399CA5
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://defra.bravosolution.co.uk/go/79091401017C5A399CA5
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CEFAS21-82 MALDI-TOF (Mass Spectrometer)
II.1.2) Main CPV code
38433100
II.1.3) Type of contract
Supplies
II.1.4) Short description
Cefas require a MALDI-TOFF benchtop bio-analyser and spectra libraries to rapidly detect bacteria, yeasts, and moulds, with an additional library to detect pathogens that require addition containment or security. The system must have the ability to curate libraries for niche pathogens that are critical for animal, human and environmental health. It would be attractive if these curated libraries could be shared with other collaborative partners (e.g., Animal and Plant Health Agency). These should be able to be shared via Excel or other easily compatible programme.
The instrument must have the option of positive or negative ion mode and features that enable novel future applications, such as AMR (Antimicrobial Resistance), lipid characterisation and new matrices (algae, hymolymph). A cleaning mode for the ion source must be integrated into the device. The technology must allow high mass spectrometric resolution across a wide mass range that is tailored to microorganism identification (bacteria, fungi, yeasts and moulds.
Installation and at least two days training must be provided by the Tenderer and included in the quotation. Pricing for a full-service agreement covering the lifetime of the instrument must also be included (10 years or 50 Million shots of the laser).
https://defra.bravosolution.co.uk/go/79091401017C5A399CA5
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
51430000
II.2.3) Place of performance
NUTS code:
UKK
II.2.4) Description of the procurement
Cefas require a MALDI-TOFF benchtop bio-analyser and spectra libraries to rapidly detect bacteria, yeasts, and moulds, with an additional library to detect pathogens that require addition containment or security. The system must have the ability to curate libraries for niche pathogens that are critical for animal, human and environmental health. It would be attractive if these curated libraries could be shared with other collaborative partners (e.g., Animal and Plant Health Agency). These should be able to be shared via Excel or other easily compatible programme.
The instrument must have the option of positive or negative ion mode and features that enable novel future applications, such as AMR (Antimicrobial Resistance), lipid characterisation and new matrices (algae, hymolymph). A cleaning mode for the ion source must be integrated into the device. The technology must allow high mass spectrometric resolution across a wide mass range that is tailored to microorganism identification (bacteria, fungi, yeasts and moulds.
Installation and at least two days training must be provided by the Tenderer and included in the quotation. Pricing for a full-service agreement covering the lifetime of the instrument must also be included (10 years or 50 Million shots of the laser).
https://defra.bravosolution.co.uk/go/79091401017C5A399CA5
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
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:
No
II.2.11) Information about options
Options:
No
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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/11/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
08/10/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
UK
VI.5) Date of dispatch of this notice
07/10/2021