
Market Leads & Opportunities
United Kingdom-BELFAST: DAERA – AFBI – Supply and Delivery of Transmissibile Spongiform Encephalopathy (TSE) Rapid Test Kits
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-031554/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Agri-Food and Biosciences Institute
Postal address: Stoney Road
Town: BELFAST
Postal code: BT4 3SD
Country: United Kingdom
Contact Person: SSDAdmin.CPDfinance-ni.gov.uk
Email: ssdadmin.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: DAERA – AFBI – Supply and Delivery of Transmissibile Spongiform Encephalopathy (TSE) Rapid Test Kits
Reference number: 4478940
II.1.2) Main CPV code: 33696500
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Agri-food and Biosciences Institute (AFBI) requires a Contractor to supply and deliver Transmissible Spongiform Encephalopahty (TSE) rapid test kits that are of a test format currently approved by the European Commission in accordance with Regulation (EC) 999/2001 for the prevention, control and eradication of certain transmissible spongiform encephalopathies as a result of it’s evaluation procedures and set out in Annex 10, Chapter C, point 4, as last replaced by Commission Regulation (EC) No 2020/1593. The Contractor will supply, deliver and maintain any equipment required to conduct the TSE rapid test for the period of the Contract, as well as providing technical support for the test method and equipment. Any equipment identified by the Contractor that is deemed necessary for the running of the test kits will remain the property of the Contractor and it will be the responsibility of the Contractor to remove the said equipment at the end of the Contract.
II.1.5) Estimated total value:
Value excluding VAT: 225000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33124000, 33124100, 38000000, 38500000, 38900000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Agri-food and Biosciences Institute (AFBI) requires a Contractor to supply and deliver Transmissible Spongiform Encephalopahty (TSE) rapid test kits that are of a test format currently approved by the European Commission in accordance with Regulation (EC) 999/2001 for the prevention, control and eradication of certain transmissible spongiform encephalopathies as a result of it’s evaluation procedures and set out in Annex 10, Chapter C, point 4, as last replaced by Commission Regulation (EC) No 2020/1593. The Contractor will supply, deliver and maintain any equipment required to conduct the TSE rapid test for the period of the Contract, as well as providing technical support for the test method and equipment. Any equipment identified by the Contractor that is deemed necessary for the running of the test kits will remain the property of the Contractor and it will be the responsibility of the Contractor to remove the said equipment at the end of the Contract.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 225000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the 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: 2022-12-13 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 tender must maintain the tender
Tender must be valid until:2023-03-13
IV.2.7) Conditions for opening tenders
Date: 2022-12-13 Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
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 the their. place on the contract may be terminated. The issue of a Notice 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 Notice.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Town: UK
Country: United Kingdom
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:2022-11-08
More Opportunties
- United Kingdom-Cardiff: PHW-FTS-59650 Supply of Return Envelopes for Bowel Screening Wales FIT Tests
10 Jul 25
Public Health Wales are exploring the market to scope requirement and review indicative pricing for return envelopes for use within Bowel Screening Wales. They are progressing an expression of interest exercise and through this notice Public Health Wales> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
Provide educational furniture to Hull College> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
To provide furniture to Hull College> >