web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Lisburn: ID 5701478 – DAERA – NIEA – Procurement of three Triple Quadrupole GCMS systems

Type of document: Contract award
Country: United Kingdom
Publication Ref: 007068/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

Contract award notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Northern Ireland Environment Agency

Postal address: 17 Antrim Road Tonagh
Town: Lisburn
Region: UK
Postal code: BT28 3AL
Country: United Kingdom

Contact Person: SSDAdmin.CPDfinance-ni.gov.uk
Email: ssdadmin.cpd@finance-ni.gov.uk

Internet addresses

I.2) Information about joint procurement
The contract is awarded by a central purchasing body

I.3) Communication
Additional information can be obtained from
the abovementioned address

I.4) Type of the contracting authority
Body governed by public law

I.5) Main activity
General public services

II) Object
II.1.1) Title
ID 5701478 – DAERA – NIEA – Procurement of three Triple Quadrupole GCMS systems
Reference number: ID 5701478

II.1.2) CPV Codes
Main CPV code
38000000

II.1.3) Type of contract
Supplies

II.1.4) Short description
The Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of 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.

II.2) Description
II.2.1) Title
Lot No
1

II.2.2) Additional CPV code(s)
Main CPV code
38400000
38430000
38432000
38432200
38433000
38433100

II.2.3) Place of performance
NUTS code
UKN

II.2.4) Description of the procurement
The Northern Ireland Environment Agency have a requirement for for the Supply, Delivery and Installation, of 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.

II.2.5) Award Criteria
Quality
Name: AC1 Sample Test – Quantitative Analysis Accuracy
Weighting: 23.8

Quality
Name: AC2a Sample Test – Quantitative Analysis – Average Concentration
Weighting: 23.1

Quality
Name: AC2b Sample Test – Quantitative Analysis – Standard Deviation
Weighting: 23.1

Cost
Name: AC3 Total Contract Price
Weighting: 30

II.2.8) Duration of the qualification system
Indefinite duration

II.2.11) Information about options
Options: Yes
Description of options
This Contract is for an initial period of 1 year with 4 optional extension periods of up to 1 year each.

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes

IV.2) Administrative information

IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice

V) Award of contract
Contract No
007068-2025-1-1
Lot No
1
Title
Contract
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date of conclusion of the contract
2025-02-18 00:00

V.2.2) Information about tenders
Number of tenders received
3
Number of tenders received from SMEs
0
Number of tenders received from tenderers from other EU Member States
0
Number of tenders received from tenderers from non-EU Member States
1
Number of tenders received by electronic means
3
The contract has been awarded to a group of economic operators
No

V.2.3) Name and address of the contractor
Official name
AGILENT TECHNOLOGIES LDA UK LIMITED
Postal address: 5500 Lakeside
Town: CHEADLE
Region: UK
Postal code: SK8 3GR
Country: United Kingdom

Email: uk_tenders@agilent.com

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
447855.00
Currency
GBP

VI) Complementary information

VI.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..

VI.4) Procedures for review
VI.4.1) Review body
Official name
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.
Town: Belfast
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice
2025-02-24 12:20