Tender

Supply of Liquid Chromatography Mass Spectrometer (LC-MS) to OPSS

  • Department for Business and Trade

F02: Contract notice

Notice identifier: 2025/S 000-002254

Procurement identifier (OCID): ocds-h6vhtk-04d583

Published 22 January 2025, 3:46pm



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

Email

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