Contract

ID 5555908 - DEARA - AFBI - CSB purchase of an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and Gas Chromatographic Mass-Spectrometer (GC-MS/MS).

  • Agri-Food and Biosciences Institute

F03: Contract award notice

Notice identifier: 2025/S 000-007395

Procurement identifier (OCID): ocds-h6vhtk-04c792 (view related notices)

Published 27 February 2025, 1:15pm



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

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.afbini.gov.uk/

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

Email

uk_tenders@agilent.com

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

Email

uk_tenders@agilent.com

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.