Contract

Chemical Testing for Northern Ireland Lot 3

  • Food Standards Agency

F03: Contract award notice

Notice identifier: 2026/S 000-001618

Procurement identifier (OCID): ocds-h6vhtk-045a40 (view related notices)

Published 8 January 2026, 4:43pm



Section one: Contracting authority

one.1) Name and addresses

Food Standards Agency

YO1 7PR

York

YO1 7PR

Contact

FSA Commercial

Email

fsa.commercial@food.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.food.gov.uk/

Buyer's address

https://www.food.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Chemical Testing for Northern Ireland Lot 3

Reference number

C285155

two.1.2) Main CPV code

  • 73200000 - Research and development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Following UK exit from the European Union (EU), the Windsor Framework (incorporating former arrangements under the Northern Ireland Protocol) requires
Northern Ireland to continue to adhere to the EU Official Controls set out in Regulation
2017/625, ref regarding the arrangement of official controls, including the designation of NRLs. Furthermore, NRLs for NI must be separately designated from those in GB, whereas prior to EU exit, NRLs were designated on a UK-wide basis. Additionally, under the Windsor Framework arrangements, NI NRLs must be located in an EU member state or within European Economic Area (EEA) i.e. they cannot be located
within any part of the United Kingdom, including Northern Ireland.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £156,491.53

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Following UK exit from the European Union (EU), the Windsor Framework (incorporating former arrangements under the Northern Ireland Protocol) requires
Northern Ireland to continue to adhere to the EU Official Controls set out in Regulation
2017/625, ref regarding the arrangement of official controls, including the designation of NRLs. Furthermore, NRLs for NI must be separately designated from those in GB, whereas prior to EU exit, NRLs were designated on a UK-wide basis. Additionally, under the Windsor Framework arrangements, NI NRLs must be located in an EU member state or within European Economic Area (EEA) i.e. they cannot be located
within any part of the United Kingdom, including Northern Ireland.

two.2.5) Award criteria

Quality criterion - Name: 80 / Weighting: Technical

Cost criterion - Name: 20 / Weighting: Commercial

two.2.11) Information about options

Options: No

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 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-015642


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 December 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Umweltbundesamt GmbH Organic analytics

Umweltbundesamt GmbH Organic analytics Spittelauer Lände 5 Wien Austria 1090

Wien

1090

Country

Austria

NUTS code
  • AT - Austria
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £156,491.52

Total value of the contract/lot: £156,491.52


Section six. Complementary information

six.3) Additional information

Optional 2 year extension option

six.4) Procedures for review

six.4.1) Review body

Food Standards Agency

YO1 7PR

York

YO1 7PR

Country

United Kingdom

Internet address

https://www.food.gov.uk/

six.4.2) Body responsible for mediation procedures

Food Standards Agency

YO1 7PR

York

YO1 7PR

Country

United Kingdom

Internet address

https://www.food.gov.uk/

six.4.4) Service from which information about the review procedure may be obtained

Food Standards Agency

YO1 7PR

York

YO1 7PR

Country

United Kingdom

Internet address

https://www.food.gov.uk/