Section one: Contracting authority
one.1) Name and addresses
The Northern Ireland Environment Agency NIEA
Klondyke Building, Gasworks Business Park
BELFAST
BT7 2JA
Contact
SSDAdmin.CPDfinance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 4455817 DAERA - NIEA - Supply, Delivery, Installation and Commissioning of 2x Accurate Mass GCMS Systems
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The NIEA Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of two Accurate Mass Gas Chromatograph Mass Spectrometers, (AM GCMS), to perform screening of water and biota samples for the presence of Contaminants of Emerging Concern (CECs) down to environmentally significant levels. By way of a secondary application both instruments will also be required to perform trace level quantitation for some substances (target ion analysis).
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: £461,862.33
two.2) Description
two.2.2) Additional CPV code(s)
- 38400000 - Instruments for checking physical characteristics
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
- 38432200 - Chromatographs
- 38433000 - Spectrometers
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The NIEA Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of two Accurate Mass Gas Chromatograph Mass Spectrometers, (AM GCMS), to perform screening of water and biota samples for the presence of Contaminants of Emerging Concern (CECs) down to environmentally significant levels. By way of a secondary application both instruments will also be required to perform trace level quantitation for some substances (target ion analysis).
two.2.5) Award criteria
Quality criterion - Name: Statement of Compliance Minimum Functional Requirements / Weighting: 0
Quality criterion - Name: Provision of Technical Brochure / Weighting: 0
Quality criterion - Name: Sample Test - Qualitative Analysis - Lower Level / Weighting: 40
Quality criterion - Name: Sample Test - Qualitative Analysis - Higher Level / Weighting: 30
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The Contract is for an initial 12 months which covers the initial warranty period, with an option to extend warranty provisions for a further 4 periods of 12 months each.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033543
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
1
Title
ID 4455817 DAERA - NIEA - Supply, Delivery, Installation and Commissioning of 2x Accurate Mass GCMS Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 January 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AGILENT TECHNOLOGIES IRELAND LIMITED
70 SIR JOHN ROGERSONS QUAY
DUBLIN
2
Telephone
+353 16058324
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
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: £580,000
Total value of the contract/lot: £461,862.33
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with schedule 3 of the commercial conditions of contract. 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 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.”
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.