Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Environment Agency
17 Antrim Road Tonagh
Lisburn
BT28 3AL
Contact
SSDAdmin.CPDfinance-ni.gov.uk
ssdadmin.cpd@finance-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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5701478 - DAERA - NIEA - Procurement of three Triple Quadrupole GCMS systems
Reference number
ID 5701478
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 Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of three Triple Quadrupole Gas Chromatographic Mass Spectrometers, (GCMS TQ) including Warranty and Training of staff in their use, to perform analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low Limit of Quantification (LOQ)s, with one year’s initial warranty period and optional 4 years’ additional warranty covering servicing, maintenance and a technical support package, which must be delivered to the NIEA Lisburn site on or before 31st March 2025. The contract will be for a duration of 1 year (to cover warranty from date of commissioning), with 4 further optional extension periods of up to 12 months each. Please refer to Specification document for additional detail.
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: £447,855
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 Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of three Triple Quadrupole Gas Chromatographic Mass Spectrometers, (GCMS TQ) including Warranty and Training of staff in their use, to perform analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low Limit of Quantification (LOQ)s, with one year’s initial warranty period and optional 4 years’ additional warranty covering servicing, maintenance and a technical support package, which must be delivered to the NIEA Lisburn site on or before 31st March 2025. The contract will be for a duration of 1 year (to cover warranty from date of commissioning), with 4 further optional extension periods of up to 12 months each. Please refer to Specification document for additional detail.
two.2.5) Award criteria
Quality criterion - Name: AC1 Sample Test - Quantitative Analysis Accuracy / Weighting: 23.8
Quality criterion - Name: AC2a Sample Test - Quantitative Analysis – Average Concentration / Weighting: 23.1
Quality criterion - Name: AC2b Sample Test – Quantitative Analysis – Standard Deviation / Weighting: 23.1
Cost criterion - Name: AC3 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
This Contract is for an initial period of 1 year with 4 optional extension periods of up to 1 year 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-040316
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 February 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
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 LDA UK LIMITED
5500 Lakeside
CHEADLE
SK8 3GR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £447,855
Total value of the contract/lot: £447,855
Section six. Complementary information
six.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
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.