Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute
12 Stoney Road
BELFAST
BT4 3SD
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
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 5555908 - DEARA - AFBI - CSB purchase of an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and Gas Chromatographic Mass-Spectrometer (GC-MS/MS).
Reference number
ID 5555908
two.1.2) Main CPV code
- 38433100 - Mass spectrometer
two.1.3) Type of contract
Supplies
two.1.4) Short description
AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £277,504.40
two.2) Description
two.2.1) Title
Lot 1 - Inductively Coupled Plasma – Mass Spectrometer ICP-MS
Lot No
1
two.2.2) Additional CPV code(s)
- 38433000 - Spectrometers
- 38500000 - Checking and testing apparatus
- 38540000 - Machines and apparatus for testing and measuring
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38900000 - Miscellaneous evaluation or testing instruments
- 38970000 - Research, testing and scientific technical simulator
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)
two.2.5) Award criteria
Quality criterion - Name: Solvent standard test – Instrument detection limit and RSD assessment of repeated runs of a multi-elemental standard. / Weighting: 20.3
Quality criterion - Name: Solvent standard test – assessment of standard linearity / Weighting: 9.8
Quality criterion - Name: Sample test - recovery of matrix sample solutions. / Weighting: 39.9
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Initial contract period is for 12 months from commission with 4 optional extensions of 12 months each for extended warranty.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Gas Chromatographic Mass-Spectrometer GC-MS/MS
Lot No
2
two.2.2) Additional CPV code(s)
- 38433000 - Spectrometers
- 38500000 - Checking and testing apparatus
- 38540000 - Machines and apparatus for testing and measuring
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38900000 - Miscellaneous evaluation or testing instruments
- 38970000 - Research, testing and scientific technical simulator
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
AFBI require a Supplier(s) for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of an Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) and for the supply, delivery, installation, commissioning, warranty, and training of staff in the use of a Gas Chromatographic Mass-Spectrometer (GC-MS/MS) both of which must be delivered on or before 31st March 2025. This tender comprises of two lots: • Lot 1 – One Inductively Coupled Plasma – Mass Spectrometer (ICP-MS) • Lot 2 – One Gas Chromatographic Mass-Spectrometer (GC-MS/MS)
two.2.5) Award criteria
Quality criterion - Name: Sample test – Quantitation and confirmation of unknown Pesticide concentrations in positive control fish extract. / Weighting: 30.8
Quality criterion - Name: Sample test – Linearity R2 + Residuals in matrix standard calibration curve fish extract for the unknown pesticides determined in QA1 / Weighting: 19.6
Quality criterion - Name: Sample test - IDL of Pesticides in matrix sample for the unknown pesticides determined in QA1 / Weighting: 19.6
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Initial contract period is for 12 months from commission with 4 optional extensions of 12 months each for extended warranty.
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 000-040113
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 - Inductively Coupled Plasma – Mass Spectrometer (ICP-MS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 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
Telephone
+44 161492600
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: £115,560
Total value of the contract/lot: £115,560
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 - Gas Chromatographic Mass-Spectrometer (GC-MS/MS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 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
Telephone
+44 161492600
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: £161,944.40
Total value of the contract/lot: £161,944.40
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue.
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 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.