Section one: Contracting authority
one.1) Name and addresses
DAERA - Environment, Marine and Fisheries
17 Antrim Road
Lisburn
BT28 3AL
Contact
SSDAdmin.CPDfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DAERA - NIEA - Supply, Delivery, Installation, Warranty and Training of Staff in the use of a Triple Quadrupole Liquid Chromatographic Mass Spectrometer
Reference number
4333166
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of a Triple Quadrupole Liquid Chromatographic Mass Spectrometer, (UHPLC TQ MS), to perform targeted analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low LOQs.
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: £223,881.67
two.2) Description
two.2.2) Additional CPV code(s)
- 38400000 - Instruments for checking physical characteristics
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
- 38432200 - Chromatographs
- 38433000 - Spectrometers
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of a Triple Quadrupole Liquid Chromatographic Mass Spectrometer, (UHPLC TQ MS), to perform targeted analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low LOQs.
two.2.5) Award criteria
Quality criterion - Name: Sample Test - Quantitative Analysis Glyphosate - Average Concentration / Weighting: 9.1
Quality criterion - Name: Sample Test - Quantitative Analysis Glyphosate – Standard Deviation / Weighting: 8.4
Quality criterion - Name: Sample Test - Quantitative Analysis AMPA - Average Concentration / Weighting: 9.1
Quality criterion - Name: Sample Test - Quantitative Analysis AMPA – Standard Deviation / Weighting: 8.4
Quality criterion - Name: Sample Test - Quantitative Analysis Glyphosate - Average Concentration / Weighting: 9.1
Quality criterion - Name: Sample Test - Quantitative Analysis Glyphosate - Standard Deviation / Weighting: 8.4
Quality criterion - Name: Sample Test - Quantitative Analysis AMPA - Average Concentration / Weighting: 9.1
Quality criterion - Name: Sample Test - Quantitative Analysis AMPA – Standard Deviation / Weighting: 8.4
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The contract is for 12 months which covers the initial warranty period with an option to extend for a further 4periods of 12 months each to cover the servicing and maintenance package.
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: 2022/S 000-025766
Section five. Award of contract
Contract No
1
Title
DAERA - NIEA - Supply, Delivery, Installation, Warranty and Training of Staff in the use of a Triple Quadrupole Liquid Chromatographic Mass Spectrometer
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 November 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AGILENT TECHNOLOGIES IRELAND LIMITED
70 SIR JOHN ROGERSONS QUAY
DUBLIN
2
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £223,881.67
Total value of the contract/lot: £223,881.67
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification and conditions of contract.. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If. a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified. time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for. further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be. regarded as an act of grave. professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this. Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on. the CPD website. Any. contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender. submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all. procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland. Procurement Policy.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
uk
Country
United Kingdom