Tender

The Provision Of Specialist Pesticide Residues Testing In Food And Drink For The Northern Ireland Testing Programme

  • Health & Safety Executive

F02: Contract notice

Notice identifier: 2022/S 000-010797

Procurement identifier (OCID): ocds-h6vhtk-0330cb

Published 27 April 2022, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Health & Safety Executive

Redgrave Court,Merton Road

BOOTLE

L207HS

Email

tenders@hse.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.hse.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/hse/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hse/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision Of Specialist Pesticide Residues Testing In Food And Drink For The Northern Ireland Testing Programme

Reference number

HSE/T4208

two.1.2) Main CPV code

  • 71900000 - Laboratory services

two.1.3) Type of contract

Services

two.1.4) Short description

HSE is seeking to award an 18 month contract, with the option of an extension up to another 2 years, in yearly increments to undertake the analysis of samples as part of the Northern Ireland monitoring program, to include receipt and handling of samples, logging of sample information, pesticide residue analysis, data management and notification of results to HSE. Year one of the contract will cover samples received July to December 2022 and year two will cover the samples received for a full 12 month period January to December 2023.

two.1.5) Estimated total value

Value excluding VAT: £440,487

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • AL - Albania
  • AT - Austria
  • BE - Belgium
  • BG - Bulgaria
  • CH - Switzerland
  • CY - Cyprus
  • CZ - Czechia
  • DE - Germany
  • DK - Denmark
  • EE - Estonia
  • EL - Greece
  • ES - Spain
  • FI - Finland
  • FR - France
  • HR - Croatia
  • HU - Hungary
  • IE - Ireland
  • IS - Iceland
  • IT - Italy
  • LI - Liechtenstein
  • LT - Lithuania
  • LU - Luxembourg
  • LV - Latvia
  • ME - Montenegro
  • MK - North Macedonia
  • MT - Malta
  • NL - Netherlands
  • NO - Norway
  • PL - Poland
  • PT - Portugal
  • RO - Romania
  • RS - Serbia
  • SE - Sweden
  • SI - Slovenia
  • SK - Slovakia
  • TR - Turkey
  • 1A - Kosovo
  • AD - Andorra
  • AE - United Arab Emirates
  • AF - Afghanistan
  • AG - Antigua and Barbuda
  • AI - Anguilla
  • AM - Armenia
  • AO - Angola
  • AQ - Antarctica
  • AR - Argentina
  • AS - American Samoa
  • AU - Australia
  • AW - Aruba
  • AZ - Azerbaijan
  • BA - Bosnia and Herzegovina
  • BB - Barbados
  • BD - Bangladesh
  • BF - Burkina Faso
  • BH - Bahrain
  • BI - Burundi
  • BJ - Benin
  • BL - Saint Barthélemy
  • BM - Bermuda
  • BN - Brunei
  • BO - Bolivia
  • BQ - Bonaire, Sint Eustatius and Saba
  • BR - Brazil
  • BS - The Bahamas
  • BT - Bhutan
  • BV - Bouvet Island
  • BW - Botswana
  • BY - Belarus
  • BZ - Belize
  • CA - Canada
  • CC - Cocos (Keeling) Islands
  • CD - Congo (Democratic Republic)
  • CF - Central African Republic
  • CG - Congo
  • CI - Ivory Coast
  • CK - Cook Islands
  • CL - Chile
  • CM - Cameroon
  • CN - China
  • CO - Colombia
  • CP - Clipperton
  • CR - Costa Rica
  • CU - Cuba
  • CV - Cape Verde
  • CW - Curaçao
  • CX - Christmas Island
  • DJ - Djibouti
  • DM - Dominica
  • DO - Dominican Republic
  • DZ - Algeria
  • EC - Ecuador
  • EG - Egypt
  • EH - Western Sahara
  • ER - Eritrea
  • ET - Ethiopia
  • FJ - Fiji
  • FK - Falkland Islands
  • FM - Micronesia
  • FO - Faroe Islands
  • GA - Gabon
  • GD - Grenada
  • GE - Georgia
  • GG - Guernsey
  • GH - Ghana
  • GL - Greenland
  • GM - The Gambia
  • GN - Guinea
  • GQ - Equatorial Guinea
  • GS - South Georgia and South Sandwich Islands
  • GT - Guatemala
  • GU - Guam
  • GW - Guinea-Bissau
  • GY - Guyana
  • HK - Hong Kong
  • HM - Heard Island and McDonald Islands
  • HN - Honduras
  • HT - Haiti
  • ID - Indonesia
  • IL - Israel
  • IM - Isle of Man
  • IN - India
  • IO - British Indian Ocean Territory
  • IQ - Iraq
  • IR - Iran
  • JE - Jersey
  • JM - Jamaica
  • JO - Jordan
  • JP - Japan
  • KE - Kenya
  • KG - Kyrgyzstan
  • KH - Cambodia
  • KI - Kiribati
  • KM - Comoros
  • KN - St Kitts and Nevis
  • KP - North Korea
  • KR - South Korea
  • KW - Kuwait
  • KY - Cayman Islands
  • KZ - Kazakhstan
  • LA - Laos
  • LB - Lebanon
  • LC - St Lucia
  • LK - Sri Lanka
  • LR - Liberia
  • LS - Lesotho
  • LY - Libya
  • MA - Morocco
  • MC - Monaco
  • MD - Moldova
  • MG - Madagascar
  • MH - Marshall Islands
  • ML - Mali
  • MM - Myanmar (Burma)
  • MN - Mongolia
  • MO - Macao
  • MP - Northern Mariana Islands
  • MR - Mauritania
  • MS - Montserrat
  • MU - Mauritius
  • MV - Maldives
  • MW - Malawi
  • MX - Mexico
  • MY - Malaysia
  • MZ - Mozambique
  • NA - Namibia
  • NC - New Caledonia
  • NE - Niger
  • NF - Norfolk Island
  • NG - Nigeria
  • NI - Nicaragua
  • NP - Nepal
  • NR - Nauru
  • NU - Niue
  • NZ - New Zealand
  • OM - Oman
  • PA - Panama
  • PE - Peru
  • PF - French Polynesia
  • PG - Papua New Guinea
  • PH - Philippines
  • PK - Pakistan
  • PM - Saint Pierre and Miquelon
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • PR - Puerto Rico
  • PS - Occupied Palestinian Territories
  • PW - Palau
  • PY - Paraguay
  • QA - Qatar
  • RU - Russia
  • RW - Rwanda
  • SA - Saudi Arabia
  • SB - Solomon Islands
  • SC - Seychelles
  • SD - Sudan
  • SG - Singapore
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • SJ - Svalbard and Jan Mayen
  • SL - Sierra Leone
  • SM - San Marino
  • SN - Senegal
  • SO - Somalia
  • SR - Suriname
  • SS - South Sudan
  • ST - Sao Tome and Principe
  • SV - El Salvador
  • SX - Sint Maarten (Dutch part)
  • SY - Syria
  • SZ - Eswatini
  • TC - Turks and Caicos Islands
  • TD - Chad
  • TF - French Southern Territories
  • TG - Togo
  • TH - Thailand
  • TJ - Tajikistan
  • TK - Tokelau
  • TL - East Timor
  • TM - Turkmenistan
  • TN - Tunisia
  • TO - Tonga
  • TT - Trinidad and Tobago
  • TV - Tuvalu
  • TW - Taiwan
  • TZ - Tanzania
  • UA - Ukraine
  • UG - Uganda
  • UM - United States Minor Outlying Islands
  • US - United States
  • UY - Uruguay
  • UZ - Uzbekistan
  • VA - Vatican City
  • VC - St Vincent
  • VE - Venezuela
  • VG - British Virgin Islands
  • VI - United States Virgin Islands
  • VN - Vietnam
  • VU - Vanuatu
  • WF - Wallis and Futuna
  • WS - Samoa
  • YE - Yemen
  • ZA - South Africa
  • ZM - Zambia
  • ZW - Zimbabwe

two.2.4) Description of the procurement

HSE is seeking to award an 18 month contract, with the option of an extension up to another 2 years, in yearly increments to undertake the analysis of samples as part of the Northern Ireland monitoring program, to include receipt and handling of samples, logging of sample information, pesticide residue analysis, data management and notification of results to HSE. Year one of the contract will cover samples received July to December 2022 and year two will cover the samples received for a full 12 month period January to December 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £440,487

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Option of an extension up to another 2 years, in yearly increments.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option of an extension up to another 2 years, in yearly increments.


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 May 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

23 May 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Health and Safety Executive

Redgrave Court

Liverpool

L20 7HS

Email

tenders@hse.gov.uk

Country

United Kingdom