Tender

715654454 - UK4 Notice

  • Ministry of Defence

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-066322

Procurement identifier (OCID): ocds-h6vhtk-05cedb

Published 17 October 2025, 1:46pm



Scope

Reference

715654454

Description

The Environmental and Industrial Hazards (EIH) Laboratory at the Institute of Naval Medicine requires two Ion Chromatography Systems to replace the current Ion Chromatograph which has reached the end of its useful life and to provide additional capability according to new requirements.

The systems will primarily be used for analysis of anions in raw, potable and bottled water samples in accordance with the requirements of service doctrine1, 2, 3 and UK drinking water legislation4, 5, but other matrices will include environmental samples such as groundwater, surface water and wastewater.

One Ion Chromatograph must be capable of analysing 9 anions (fluoride, chlorite, chloride, nitrite, chlorate, bromide, nitrate, sulphate and phosphate) using conductivity detection.

The other Ion Chromatograph must be capable of analysing bromate in samples with elevated levels of chloride with post column derivatisation and absorbance detection. Specifically, post column addition of potassium iodide followed by detection of triiodide using a uv-vis detector.

The systems must meet the requirements for trueness, precision and limit of detection detailed in The Water Supply (Water Quality) Regulations 2018.

See Invitation to Tender for further details.

Total value (estimated)

  • £480,000 excluding VAT
  • £576,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 December 2025 to 31 March 2036
  • 10 years, 3 months, 15 days

Options

The right to additional purchases while the contract is valid.

The contract will include an optional Limit of Liability of up to £200,000 in total or £20,000 per annum for the purchase of ad-hoc consumable items required for the operation and use of the instruments.

Main procurement category

Goods

CPV classifications

  • 38432200 - Chromatographs

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Full details are included in the Invitation to Tender document.

Technical ability conditions of participation

Full details are included in the Invitation to Tender document.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

4 November 2025, 10:00am

Tender submission deadline

25 November 2025, 10:00am

Submission address and any special instructions

Tenders must be submitted through the Defence Sourcing Portal at https://contracts.mod.uk

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

17 December 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Financial

Full details of the Financial Evaluation criteria and scoring are included in the Invitation to Tender document.

Price
Technical

Full details of the Financial Evaluation criteria and scoring are included in the Invitation to Tender document.

Quality

Weighting description

The Tender evaluation will calculate the Most Advantageous Tender (MAT) to The Authority. Full details are included in the Invitation to Tender document.


Other information

Payment terms

Payments to be made in accordance with Terms & Conditions. Full details are included in the Invitation to Tender document.

Description of risks to contract performance

The following risks could occur which could affect contract delivery or performance:

Changes in laws or regulations resulting in a need to amend the Contract timescales, costs, deliverables or scope.

Unexpected delays to delivery timescales due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope.

Unexpected changes to costs due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope.

Unexpected changes to volume of deliverables due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope.

Unexpected changes to scope of deliverables due to either Authority, Contractor or third party actions resulting in a need to amend the Contract timescales, costs, deliverables or scope.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

In this instance, a preliminary market engagement notice was not published because the need for this requirement was only identified and developed within the last two months. Therefore, issuing an advance notice so close to the release of this Tender notice would not have been beneficial. Additionally, the contracting authority has sufficient knowledge of the market and potential suppliers based on previous similar requirements and market research.


Documents

Associated tender documents

20251017-715654454-PA SC2 Tender Competition (1).pdf

ITT document


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

Navy Commercial, NCHQ, Whale Island

Portsmouth

PO2 8BY

United Kingdom

Region: UKJ31 - Portsmouth

Organisation type: Public authority - central government