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
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
Contact name: Isabel King
Email: NAVYFD-COMRCL-ProcureTeam@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKJ31 - Portsmouth
Organisation type: Public authority - central government