Contract

National Reference Laboratory for Genetically Modified Organisms

  • Food Standards Agency

F03: Contract award notice

Notice identifier: 2025/S 000-013982

Procurement identifier (OCID): ocds-h6vhtk-046f5a (view related notices)

Published 9 April 2025, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

Food Standards Agency

Floors 6 and 7, Clive House, 70 Petty France

London

SW1H 9EX

Email

lisa.francis@food.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.food.gov.uk/

Buyer's address

https://www.food.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Reference Laboratory for Genetically Modified Organisms

Reference number

C282050

two.1.2) Main CPV code

  • 73111000 - Research laboratory services

two.1.3) Type of contract

Services

two.1.4) Short description

The FSA and FSS are responsible for Official Feed and Food Controls across the UK. The UK has a legal obligation to appoint NRLs for feed and food safety. NRLs provide advice and support to food, feed, and food contact materials enforcement laboratories and the FSA and FSS to ensure a harmonised approach to food safety enforcement. NRLs are responsible for setting standards for routine procedures and reliable testing methods in the regulated areas of feed and food. This delivers consumer protection and effective, risk-based, and proportionate regulation and enforcement.



The appointed laboratory will carry out the provision of services for the UK NRL for feed and food additives. The contract will be delivered over four years, starting 1st April 2025, to end 31st March 2029. There will be an optional 2-year extension that can be enacted by variation. The applicant is required to submit a quote covering the full 4 years period and are encouraged to provide intelligent estimates for the lifespan of the contract at the outset, considering any foreseen increases (or decreases) over time. If significant changes need to be made throughout the contract, then these will be discussed, as necessary, with the appointed contractor.
This is a 4 year contract with an optional 2 year extension.
The estimated value of the Contract is estimated to be between £0 - £1,137,257.51 (inc VAT) for the total duration, including the 2 year extension. The FSA is not required to take the extension.

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: £613,967.09

two.2) Description

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services
  • 71900000 - Laboratory services
  • 73000000 - Research and development services and related consultancy services
  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

www.food.gov.uk

two.2.4) Description of the procurement

The FSA and FSS are responsible for Official Feed and Food Controls across the UK. The UK has a legal obligation to appoint NRLs for feed and food safety. NRLs provide advice and support to food, feed, and food contact materials enforcement laboratories and the FSA and FSS to ensure a harmonised approach to food safety enforcement. NRLs are responsible for setting standards for routine procedures and reliable testing methods in the regulated areas of feed and food. This delivers consumer protection and effective, risk-based, and proportionate regulation and enforcement.



The appointed laboratory will carry out the provision of services for the UK NRL for feed and food additives. The contract will be delivered over four years, starting 1st April 2025, to end 31st March 2029. There will be an optional 2-year extension that can be enacted by variation. The applicant is required to submit a quote covering the full 4 years period and are encouraged to provide intelligent estimates for the lifespan of the contract at the outset, considering any foreseen increases (or decreases) over time. If significant changes need to be made throughout the contract, then these will be discussed, as necessary, with the appointed contractor.
This is a 4 year contract with an optional 2 year extension.
The estimated value of the Contract is estimated to be between £0 - £1,137,257.51 (inc VAT) for the total duration, including the 2 year extension. The FSA is not required to take the extension.

two.2.5) Award criteria

Cost criterion - Name: Technical criteria / Weighting: 80

Cost criterion - Name: Commercial criteria / Weighting: 20

two.2.11) Information about options

Options: No

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 000-018160


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

LGC Limited

Queens Road, Teddington, Middlesex

Teddington

TW110LY

Telephone

+44 02089437345

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02991879

Internet address

http://www.lgcstandards.com/

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: £1,137,257.51

Total value of the contract/lot: £613,967.09


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/