Opportunity

ID 4455817 DAERA - NIEA - Supply, Delivery, Installation and Commissioning of 2x Accurate Mass GCMS Systems

  • CPD - Supplies and Services Division

F02: Contract notice

Notice reference: 2022/S 000-033543

Published 25 November 2022, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

CPD - Supplies and Services Division

303 Airport Road West

BELFAST

BT3 9ED

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

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

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

ID 4455817 DAERA - NIEA - Supply, Delivery, Installation and Commissioning of 2x Accurate Mass GCMS Systems

Reference number

4455817

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 NIEA Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of two Accurate Mass Gas Chromatograph Mass Spectrometers, (AM GCMS), to perform screening of water and biota samples for the presence of Contaminants of Emerging Concern (CECs) down to environmentally significant levels. By way of a secondary application both instruments will also be required to perform trace level quantitation for some substances (target ion analysis).

two.1.5) Estimated total value

Value excluding VAT: £580,000

two.1.6) Information about lots

This contract is divided into lots: No

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 NIEA Trace Organics Team require a Contractor for the Supply, Delivery, Installation, Warranty and Training of staff in the use of two Accurate Mass Gas Chromatograph Mass Spectrometers, (AM GCMS), to perform screening of water and biota samples for the presence of Contaminants of Emerging Concern (CECs) down to environmentally significant levels. By way of a secondary application both instruments will also be required to perform trace level quantitation for some substances (target ion analysis).

two.2.5) Award criteria

Quality criterion - Name: MFR Statement of Compliance (Minimum Functional Requirements) / Weighting: 0

Quality criterion - Name: Provision of Technical Brochure / Weighting: 0

Quality criterion - Name: Sample Test - Qualitative Analysis - Lower Level / Weighting: 40

Quality criterion - Name: Sample Test - Qualitative Analysis - Higher Level / Weighting: 30

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £580,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The contract is for 12 months which covers the initial warranty period with an option to extend for a further 4

periods of 12 months each to cover the servicing and maintenance package.

two.2.10) Information about variants

Variants will be accepted: No

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 4

periods of 12 months each to cover the servicing and maintenance package.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Date

6 January 2023

Local time

3:00pm

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

English

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

Tender must be valid until: 6 April 2023

four.2.7) Conditions for opening of tenders

Date

6 January 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 the their. place on the contract may be terminated. The issue of a Notice of unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the Notice.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award. of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into