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
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