Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NW2833 Scientific Services Capex Framework

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04de48
Published by:
NORTHUMBRIAN WATER GROUP LIMITED
Authority ID:
AA80781
Publication date:
12 March 2025
Deadline date:
21 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Northumbrian Water Limited wish to purchase some major items of analytical laboratory equipment over the next 5 years.

The incumbent suppliers are Agilent Technologies, & Skalar. They were awarded a framework contract in 2021. Using information from the AMP8 capex replacement programme, prices will be sought up front, and a strategic partner or partners would be awarded a five year framework.

The framework will be split into five lots as follows:

1. Gas Chromatography / Mass Spectrometry (GCMS)

2. Liquid Chromatography / Mass Spectrometry (LCMS)

3. Inductively coupled plasma / Mass Spectrometry (ICP MS & OES)

4. Flowcytometry

5. Ancillary laboratory equipment

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

2366703

Northumbria House

DURHAM

DH15FJ

UK

Contact person: Lewis Timmins

Telephone: +44 7802676701

E-mail: lewis.timmins@nwl.co.uk

NUTS: UKC14

Internet address(es)

Main address: https://www.nwl.co.uk

Address of the buyer profile: https://www.nwl.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://s1.ariba.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://s1.ariba.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NW2833 Scientific Services Capex Framework

II.1.2) Main CPV code

38000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Northumbrian Water Limited wish to purchase some major items of analytical laboratory equipment over the next 5 years.

The incumbent suppliers are Agilent Technologies, & Skalar. They were awarded a framework contract in 2021. Using information from the AMP8 capex replacement programme, prices will be sought up front, and a strategic partner or partners would be awarded a five year framework.

The framework will be split into five lots as follows:

1. Gas Chromatography / Mass Spectrometry (GCMS)

2. Liquid Chromatography / Mass Spectrometry (LCMS)

3. Inductively coupled plasma / Mass Spectrometry (ICP MS & OES)

4. Flowcytometry

5. Ancillary laboratory equipment

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Gas Chromatography / Mass Spectrometry (GCMS)

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

• Systems are currently used for drinking water (DW) analysis of final and raw waters for a range of herbicides and pesticides.

• Used for semi-quant analysis to identify SV unknowns

• Need library for ID

• Hydrogen (He alternative) to be used as carrier gas

• Autosampler capacity ca 50 place

• Chromatographic integration software

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Liquid Chromatography / Mass Spectrometry (LCMS)

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

• Systems are currently used for drinking water (DW) analysis of final and surface waters for a range of herbicides and pesticides.

• First system will need to achieve limits of quantification (LoQ) calculated as defined by Drinking Water Inspectorate (DWI) regulations similar to existing for urons or as a minimum better than LoQ of 30% of PCV by either direct injection or via use of incorporated online enrichment for potable and surface water samples using a maximum sample volume of 5ml. Use triple quadruple technology.

• Second system (yr 3) is for the analysis of pesticides with same performance requirements as above

• Include automated online pre-concentration which is able to process up to 5ml sample

• Autosampler capacity ca 100 place

• Chromatographic integration software capable of CSV or similar format output

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Inductively coupled plasma / Mass Spectrometry (ICP MS & OES)

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

• System capable of achieving drinking water (DW) analysis as defined by Drinking Water Inspectorate (DWI) regulations of final and surface waters for a range of metals including: Cr, Ni, Ag, Cu, Zn, Pb, Cd & Hg.

• Achieve limits of quantification calculated as defined by Drinking Water Inspectorate (DWI) regulations similar to existing methods or as a minimum better than LoQ of 30% of PCV

• Autosampler capacity ca 150 place

• software capable of CSV or similar format output

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Flowcytometry

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

• Flow cytometer benchtop cell-analysers capable of fast flow rates.

• Able to auto sample from 96 well plates or equivalent.

• Must feature acoustic hydrodynamic focussing.

• Equipped with a minimum of one laser at wavelength 488nm.

• Fluorescence resolution performance capability of CV

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Ancillary laboratory equipment

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

MICROBIOLOGY INCUBATORS

Required for the controlled incubation of microbiology culture samples.

AUTOCLAVES

• Temp range up to 135.0°C, typically operate at 121.0°C.

BOILING BATHS

• Must be able to maintain a rolling boil.

• Safety features such as long handles and lids are critical.

• Typical volume - 30L.

• Easy drainage to clean.

GLASSWASHERS

• Laboratory grade e.g. Miele. Domestic dishwashers are unsuitable.

• Must be able to run a 60°C cycle for taste and odour glassware.

• Requirement to accept an external deionised water feed may be required for a final rinse stage.

• Ideally will have a Manufacturer's option of being raised for ergonomic loading and unloading.

47MM MAGNETIC FILTERS FUNNELS

• Fully compatible with Cytiva (formally Pall) manifold system.

• Magnetic Seal to allow easy, one-handed vacuum filtration of liquids.

• 7.6cm diameter.

• Polyphenylsulfone construction.

• Graduated 50mL increments.

• Nonsterile.

• Fully Autoclavable.

• #8 stopper with proper bore hole size included.

• Approximately 10 per annum 150mL funnel capacity (Cytiva 4247 or equivalent).

• Approximately 5 per annum 300mL funnel capacity (Cytiva 4242 or equivalent).

LABORATORY FRIDGE & FREEZERS

• Laboratory grade.

OVENS

• Laboratory grade.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.6) Deposits and guarantees required:

If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee may be required

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please see the terms and conditions in the Procurement Documents

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 8

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/03/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21/03/2026

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called 'Ariba'.

Expressions of interest from this notice must be sent to the e-mail address lewis.timmins@nwl.co.uk before the deadline date of the 14th March 2025 at 13:00hrs.

Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed RFP is the 21st March 2025 at 13:00.

When sending expression of interest, applicants must provide the following information:

1) Full company name

2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone number

VI.4) Procedures for review

VI.4.1) Review body

TBC

TBC

UK

VI.5) Date of dispatch of this notice

12/02/2025

Coding

Commodity categories

ID Title Parent category
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lewis.timmins@nwl.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.