Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Northumbria House
DURHAM
DH15FJ
Contact
Lewis Timmins
Telephone
+44 7802676701
Country
United Kingdom
Region code
UKC14 - Durham CC
Companies House
2366703
Internet address(es)
Main address
Buyer's address
one.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 electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NW2833 Scientific Services Capex Framework
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
Northumbrian Water Limited wish to purchase some major items of analytical laboratory equipment over the next 5 years.
The incumbent suppliers are Agilent Technologies, & Skalar. They were awarded a framework contract in 2021. Using information from the AMP8 capex replacement programme, prices will be sought up front, and a strategic partner or partners would be awarded a five year framework.
The framework will be split into five lots as follows:
1. Gas Chromatography / Mass Spectrometry (GCMS)
2. Liquid Chromatography / Mass Spectrometry (LCMS)
3. Inductively coupled plasma / Mass Spectrometry (ICP MS & OES)
4. Flowcytometry
5. Ancillary laboratory equipment
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Gas Chromatography / Mass Spectrometry (GCMS)
Lot No
1
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
• Systems are currently used for drinking water (DW) analysis of final and raw waters for a range of herbicides and pesticides.
• Used for semi-quant analysis to identify SV unknowns
• Need library for ID
• Hydrogen (He alternative) to be used as carrier gas
• Autosampler capacity ca 50 place
• Chromatographic integration software
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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) Description
two.2.1) Title
Liquid Chromatography / Mass Spectrometry (LCMS)
Lot No
2
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
• Systems are currently used for drinking water (DW) analysis of final and surface waters for a range of herbicides and pesticides.
• First system will need to achieve limits of quantification (LoQ) calculated as defined by Drinking Water Inspectorate (DWI) regulations similar to existing for urons or as a minimum better than LoQ of 30% of PCV by either direct injection or via use of incorporated online enrichment for potable and surface water samples using a maximum sample volume of 5ml. Use triple quadruple technology.
• Second system (yr 3) is for the analysis of pesticides with same performance requirements as above
• Include automated online pre-concentration which is able to process up to 5ml sample
• Autosampler capacity ca 100 place
• Chromatographic integration software capable of CSV or similar format output
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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) Description
two.2.1) Title
Inductively coupled plasma / Mass Spectrometry (ICP MS & OES)
Lot No
3
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
• System capable of achieving drinking water (DW) analysis as defined by Drinking Water Inspectorate (DWI) regulations of final and surface waters for a range of metals including: Cr, Ni, Ag, Cu, Zn, Pb, Cd & Hg.
• Achieve limits of quantification calculated as defined by Drinking Water Inspectorate (DWI) regulations similar to existing methods or as a minimum better than LoQ of 30% of PCV
• Autosampler capacity ca 150 place
• software capable of CSV or similar format output
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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) Description
two.2.1) Title
Flowcytometry
Lot No
4
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
• Flow cytometer benchtop cell-analysers capable of fast flow rates.
• Able to auto sample from 96 well plates or equivalent.
• Must feature acoustic hydrodynamic focussing.
• Equipped with a minimum of one laser at wavelength 488nm.
• Fluorescence resolution performance capability of CV
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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) Description
two.2.1) Title
Ancillary laboratory equipment
Lot No
5
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
MICROBIOLOGY INCUBATORS
Required for the controlled incubation of microbiology culture samples.
AUTOCLAVES
• Temp range up to 135.0°C, typically operate at 121.0°C.
BOILING BATHS
• Must be able to maintain a rolling boil.
• Safety features such as long handles and lids are critical.
• Typical volume - 30L.
• Easy drainage to clean.
GLASSWASHERS
• Laboratory grade e.g. Miele. Domestic dishwashers are unsuitable.
• Must be able to run a 60°C cycle for taste and odour glassware.
• Requirement to accept an external deionised water feed may be required for a final rinse stage.
• Ideally will have a Manufacturer's option of being raised for ergonomic loading and unloading.
47MM MAGNETIC FILTERS FUNNELS
• Fully compatible with Cytiva (formally Pall) manifold system.
• Magnetic Seal to allow easy, one-handed vacuum filtration of liquids.
• 7.6cm diameter.
• Polyphenylsulfone construction.
• Graduated 50mL increments.
• Nonsterile.
• Fully Autoclavable.
• #8 stopper with proper bore hole size included.
• Approximately 10 per annum 150mL funnel capacity (Cytiva 4247 or equivalent).
• Approximately 5 per annum 300mL funnel capacity (Cytiva 4242 or equivalent).
LABORATORY FRIDGE & FREEZERS
• Laboratory grade.
OVENS
• Laboratory grade.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
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
three.1.6) Deposits and guarantees required
If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee may be required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see the terms and conditions in the Procurement Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
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
Tender must be valid until: 21 March 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called 'Ariba'.
Expressions of interest from this notice must be sent to the e-mail address lewis.timmins@nwl.co.uk before the deadline date of the 14th March 2025 at 13:00hrs.
Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed RFP is the 21st March 2025 at 13:00.
When sending expression of interest, applicants must provide the following information:
1) Full company name
2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone number
six.4) Procedures for review
six.4.1) Review body
TBC
TBC
Country
United Kingdom