Section one: Contracting authority
one.1) Name and addresses
Department for Business and Trade
Old Admiralty Building, Admiralty Place London, SW1A 2DY, United Kingdom
London
SW1A 2DY
corporateservices@businessandtrade.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-business-and-trade
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://uktrade.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uktrade.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
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
Supply of Liquid Chromatography Mass Spectrometer (LC-MS) to OPSS
two.1.2) Main CPV code
- 38433100 - Mass spectrometer
two.1.3) Type of contract
Supplies
two.1.4) Short description
1. You are invited to tender for Project_4622 Liquid Chromatography Mass Spectrometer (LM-MS). The requirement is to procure a Liquid Chromatography Tandem Mass Spectrometer instrument for the Office for Product Safety and Standards (OPSS) via a single supplier. In order to fully assess chemical regulatory requirements and emerging chemical risks, it is essential to introduce a new liquid chromatography with tandem mass spectrometer instrument (LC-MS/MS).
2. The requirement and subsequent contract shall be for a period of five (5) years with no option to extend the contract. The maximum value for the contract is £365,000.00 excluding VAT. For the purposes of Public Contract Regulation 2015 thresholds, this contract is £438,000.00 inclusive of VAT.
3. This Procurement is being carried out in accordance with The Public Contracts Regulations 2015 under the Open Procedure.
two.1.5) Estimated total value
Value excluding VAT: £365,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
84 Stanton Avenue, Teddington, Middlesex, TW11 0JZ
two.2.4) Description of the procurement
Chemical analysis is an important area for OPSS product testing. To fully assess chemical regulatory requirements and emerging chemical risks, it is essential to introduce a new liquid chromatography with tandem mass spectrometer instrument (LC-MS/MS). The LC-MS/MS will form part of the current integrated suite of in-house technologies which comprises of HPLC, FTIR/Raman, XRF, UV-Vis spectrophotometer, and GC-MS/MS.
LC-MS/MS is an analytical technique widely applied to identify and quantify chemical components in mixtures. There are many individual analytes and chemical groups that may be subject of future OPSS research and case studies e.g. nitrosamines, alkylphenols, azo and disperse dyes, bisphenols, benzophenones, chlorinated phenols, phthalates, perfluorinated compounds, and chemical flame retardants.
OPSS product remit and analyte selection may change and/or expand so it is important we provide a future-proof solution. Suppliers should ensure that proposed LC-MS/MS systems are appropriate for a broad spectrum of product safety applications, ideally offering wide flexibility on analyte selection and future modification where needed. It is also important to note that this operational requirement includes the determination of trace-level chemicals as we expect to both screen and target product impurities which may pose a risk to human health.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £365,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 March 2025
End date
26 March 2030
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: 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
21 February 2025
Local time
1:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 February 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Department for Business and Trade
London
Country
United Kingdom