Contract

ID 5701478 - DAERA - NIEA - Procurement of three Triple Quadrupole GCMS systems

  • Northern Ireland Environment Agency

F03: Contract award notice

Notice identifier: 2025/S 000-007068

Procurement identifier (OCID): ocds-h6vhtk-04c810 (view related notices)

Published 24 February 2025, 12:20pm



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

Email

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

Email

uk_tenders@agilent.com

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.