Tender

ID 5701478 - DAERA - NIEA - Procurement of up to three Triple Quadrupole GCMS systems

  • Northern Ireland Environment Agency

F02: Contract notice

Notice identifier: 2024/S 000-040316

Procurement identifier (OCID): ocds-h6vhtk-04c810

Published 13 December 2024, 3:43pm



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

Email

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.