Tender

CEFAS21-78 Liquid chromatography High-Resolution Mass Spectrometry system

  • Cefas

F02: Contract notice

Notice identifier: 2021/S 000-025646

Procurement identifier (OCID): ocds-h6vhtk-02eb9b

Published 13 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Cefas

Pakefield Road

Lowestoft

Suffolk

Email

procure@cefas.co.uk

Telephone

+44 1502527766

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

www.cefas.co.uk

one.3) Communication

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

https://defra.bravosolution.co.uk/go/52704340017C7AB3607B

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk/go/52704340017C7AB3607B

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CEFAS21-78 Liquid chromatography High-Resolution Mass Spectrometry system

two.1.2) Main CPV code

  • 38433100 - Mass spectrometer

two.1.3) Type of contract

Supplies

two.1.4) Short description

Due to an expansion of work activities, Cefas has a requirement for a High-Resolution Mass Spectrometer (HRMS) at its Weymouth laboratory. This will expand upon the existing analytical capabilities and complement the existing triple quadrupole mass spectrometers and HPLC systems on site.

The system is required to have as a minimum three main applications for use, although other applications are expected. These include:

1. High resolution accurate mass MS and MS/MS information for identification and structural elucidation of low molecular weight natural aquatic biotoxins;

2. Untargeted analysis and identification of chemical contaminants (i.e. pharmaceutical compounds) in tissue and environmental samples;

3. Metabolomics workflow.

The system should also incorporate an appropriate chromatographic separation module

https://defra.bravosolution.co.uk/go/52704340017C7AB3607B

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38433100 - Mass spectrometer
  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Cefas Weymouth, DT4 8UB

two.2.4) Description of the procurement

Cefas require a MALDI-TOFF benchtop bio-analyser and spectra libraries to rapidly detect bacteria, yeasts, and moulds, with an additional library to detect pathogens that require addition containment or security. The system must have the ability to curate libraries for niche pathogens that are critical for animal, human and environmental health. It would be attractive if these curated libraries could be shared with other collaborative partners (e.g., Animal and Plant Health Agency). These should be able to be shared via Excel or other easily compatible programme.

The instrument must have the option of positive or negative ion mode and features that enable novel future applications, such as AMR (Antimicrobial Resistance), lipid characterisation and new matrices (algae, hymolymph). A cleaning mode for the ion source must be integrated into the device. The technology must allow high mass spectrometric resolution across a wide mass range that is tailored to microorganism identification (bacteria, fungi, yeasts and moulds.

Installation and at least two days training must be provided by the Tenderer and included in the quotation. Pricing for a full-service agreement covering the lifetime of the instrument must also be included (10 years or 50 Million shots of the laser).

https://defra.bravosolution.co.uk/go/79091401017C5A399CA5

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: £280,000

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

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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: No

four.2) Administrative information

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

Date

15 November 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

15 November 2021

Local time

12:00pm


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

The High Court

The Strand

London

Country

United Kingdom