Tender

Particle Size Analyser & Auto-Titrator Machine

  • Natural Resources Wales

F02: Contract notice

Notice identifier: 2024/S 000-031931

Procurement identifier (OCID): ocds-h6vhtk-0487fa

Published 4 October 2024, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

Natural Resources Wales

Welsh Government Offices, Cathays Park, King Edward VII Avenue

Cardiff

CF10 3NQ

Contact

Alex Jennings

Email

alexander.jennings@cyfoethnaturiolcymru.gov.uk

Telephone

+44 3000653000

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://naturalresourceswales.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110

one.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Particle Size Analyser & Auto-Titrator Machine

Reference number

113467

two.1.2) Main CPV code

  • 38430000 - Detection and analysis apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

Natural Resources Wales Analytical Services (NRWAS) are looking purchase one Particle Size Analyser & one Auto-Titrator Machine as part of their asset replacement programme for 2024/2025. The equipment will be used for analysing a range of environmental matrices including waters (freshwater, groundwater, treated effluents) soils, sediments, passive sampler extracts and associated materials after appropriate extraction and pre-treatment. NRW are looking to purchase these machines with a 1 year warranty, and a 4 year service and maintenance contract to follow. If possible, we will be looking to secure a further 5 year service and maintenance contract with the successful supplier subject to supplier availability.

two.1.5) Estimated total value

Value excluding VAT: £270,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Auto-Titrator Alkalinity and Fluoride Analyser

Lot No

2

two.2.2) Additional CPV code(s)

  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

NRW Analytical Services (NRWAS), 2nd Floor, Faraday Tower, Swansea University, Singleton, SA2 8PP

two.2.4) Description of the procurement

NRWAS are looking for an auto-titrator instrument that can auto-titrate and analyse for Alkalinity and Fluoride. The equipment must have a robotic sampling system and have to ability to auto-titrate, analyse for Alkalinity and Fluoride, and produce analytical data reports.

We require the successful supplier to deliver and install the machine by 28/02/2025. We are looking to purchase this with a 1 year warranty, and a 4 year service and maintenance contract to follow. If possible, we will be looking to secure a further 5 year service and maintenance contract with the successful supplier subject to supplier availability.

The equipment will be used for analysing a range of aqueous matrices such as fresh water, treated effluent, Trade to control and acid rain water. The samples will be analysed independently for Alkalinity and Fluoride to comply with the Water Framework directives, environmental directives and pollution response.

The required specification for the analysis are:-

Alkalinity

Instrument should have the capability to analyse for the following matrices:-

- Surface River Water.

- Ground Water

- Treated Sewage Effluent

- Trade to Control Waters

- Acid rain.

Required limit of detection for the instrument:-

<5mg/l CaCO3 or better (Alkalinity)

<-5mg/l CaCO3 or better (Grans Plot Alkalinity).

Required range of analysis of the instrument :-

5mg/l – 250 mg/l (Alkalinity)

-5mg/l – 250 mg/l (Grans Plot Alkalinity)

N.B The instrument will need the ability to extend the ranges quoted above.

Fluoride

Instrument should have the capability to analyse for the following matrices:-

- Surface River Water

- Ground Water

- Treated Sewage Effluent

- Trade to Control Waters.

Required limit of detection for the instrument:-

<0.05 mg/l or better.

Required range of analysis of the instrument :-

0.05mg/l – 1mg/l

N.B The instrument will need the ability to extend the ranges quoted above.

two.2.5) Award criteria

Quality criterion - Name: Software demo / Weighting: 20

Quality criterion - Name: Instrument Detection Limits / Weighting: 20

Quality criterion - Name: Repeatability / Weighting: 20

Quality criterion - Name: Accuracy / Weighting: 20

Quality criterion - Name: Matrix Interfence carry-over / Weighting: 20

Cost criterion - Name: Price for Equipment / Weighting: 80

Cost criterion - Name: Price for Service Contract costs / Weighting: 20

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Following the initial 1 year warranty, then 4 years of service and maintenance contract. If agreed with the supplier, we will be looking to secure a further 5 year service and maintenance contract with the successful supplier subject to supplier availability.

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

two.2) Description

two.2.1) Title

Particle Size Analyser

Lot No

1

two.2.2) Additional CPV code(s)

  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

NRW Analytical Services (NRWAS), 2nd Floor, Faraday Tower, Swansea University, Singleton, SA2 8PP

two.2.4) Description of the procurement

NRWAS are looking to purchase a Particle size analyser. The equipment will be used for analysing a range of environmental matrices such as sediments, soils, sand and associated materials. The samples will be analysed for a wide range of band sizes to comply with our environmental directives.

We require the successful supplier to deliver and install the machine by 28/02/2025. We are looking to purchase this with a 1 year warranty, and a 4 year service and maintenance contract to follow. If possible, we will be looking to secure a further 5 year service and maintenance contract with the successful supplier subject to supplier availability.

The Analyser must be able to measure the band sizes for the range1000um to <0.977 measured at 0.5 Phi intervals.

The Analyser must be able to analyse for the following determinants:-

- Kurtosis

- Particle Diameter mean D(4,3) mm

- Particle Diameter median D(v,0.5) mm

- Graphic Skewness

- Sorting Coefficient

- Inclusive Mean

- Inclusive Kurtosis

The required limit of detection for the analyser is:-

- Minimum fraction - 0.02 µm

- Minimum % volume- 0.0%

- Minimum % phi – 0.0%

two.2.5) Award criteria

Quality criterion - Name: Software demo / Weighting: 25

Quality criterion - Name: Quality of results - Sample A / Weighting: 25

Quality criterion - Name: Quality of results - Sample B / Weighting: 25

Quality criterion - Name: Quality of results - Sample C / Weighting: 25

Cost criterion - Name: Price for Equipment / Weighting: 80

Cost criterion - Name: Price for Service Contract costs / Weighting: 20

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Following the initial 1 year warranty, then 4 years of service and maintenance contract. If agreed with the supplier, we will be looking to secure a further 5 year service and maintenance contract with the successful supplier subject to supplier availability.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 000-024645

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

Date

4 November 2024

Local time

5:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 10 February 2025

four.2.7) Conditions for opening of tenders

Date

5 November 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note, this notice is a re-issue of 2024/S 000-031896. The ITT reference for this requirement has now been updated to itt_113467.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=145020

(WA Ref:145020)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom