Tender

NW2833 Scientific Services Capex Framework

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice identifier: 2025/S 000-004799

Procurement identifier (OCID): ocds-h6vhtk-04de48

Published 12 February 2025, 4:11pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House

DURHAM

DH15FJ

Contact

Lewis Timmins

Email

lewis.timmins@nwl.co.uk

Telephone

+44 7802676701

Country

United Kingdom

Region code

UKC14 - Durham CC

Companies House

2366703

Internet address(es)

Main address

https://www.nwl.co.uk

Buyer's address

https://www.nwl.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://s1.ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com

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