Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Environment Agency
17 Antrim Road Tonagh
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 5701478 - DAERA - NIEA - Procurement of up to three Triple Quadrupole GCMS systems
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 Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of up to three Triple Quadrupole Gas Chromatographic Mass Spectrometers, (GCMS TQ) including Warranty and Training of staff in their use, to perform analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low Limit of Quantification (LOQ)s, with one year’s initial warranty period and optional 4 years’ additional warranty covering servicing, maintenance and a technical support package, which must be delivered to the NIEA Lisburn site on or before 31st March 2025. The contract will be for a duration of 1 year (to cover warranty from date of commissioning), with 4 further optional extension periods of up to 12 months each. Please refer to Specification document for additional detail.
two.1.5) Estimated total value
Value excluding VAT: £300,000
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 Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of up to three Triple Quadrupole Gas Chromatographic Mass Spectrometers, (GCMS TQ) including Warranty and Training of staff in their use, to perform analysis of WFD Annex 8/10 substances in environmental matrices down to extremely low Limit of Quantification (LOQ)s, with one year’s initial warranty period and optional 4 years’ additional warranty covering servicing, maintenance and a technical support package, which must be delivered to the NIEA Lisburn site on or before 31st March 2025. The contract will be for a duration of 1 year (to cover warranty from date of commissioning), with 4 further optional extension periods of up to 12 months each. Please refer to Specification document for additional detail.
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: £300,000
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
This may be renewed following expiry of this contract and any optional extension periods if required
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 an initial period of 12 months following commissioning of the GCMS TQ systems and Data systems which covers the initial warranty period, with an option to extend (subject to requirement and budgetary approval) for a further 4 periods of 12 months each to cover the additional warranty, servicing and maintenance and technical support 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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 January 2025
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: 21 April 2025
four.2.7) Conditions for opening of tenders
Date
21 January 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
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.
Belfast
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.