Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 066322/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Ministry of Defence
National registration number: PHVX-4316-ZVGZ
Postal address: Navy Commercial, NCHQ, Whale Island
Town: Portsmouth
Postal code: PO2 8BY
Country: United Kingdom
Contact Person: Isabel King
Email: NAVYFD-COMRCL-ProcureTeam@mod.gov.uk
Internet address
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
Tenders must be submitted through the Defence Sourcing Portal at
I.4) Type of the contracting authority
Public authority – central government
II) Object
II.1.1) Title
715654454 – UK4 Notice
Reference number: 715654454
II.1.3) Type of contract
Supplies
II.1.4) Short 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.
II.1.7) Total value of the procurement
Value (including VAT)
576,000
Value (excluding VAT)
480,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
38432200
II.2.3) Place of performance
NUTS code
UK – United Kingdom
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Technical
Weighting: Full details of the Financial Evaluation criteria and scoring are included in the Invitation to Tender document.
Price
Name: Financial
Weighting: Full details of the Financial Evaluation criteria and scoring are included in the Invitation to Tender document.
II.2.6) Estimated Value
Value (excluding VAT)
480,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2025-12-17 00:00
End
2036-03-31 23:59
Duration
10 years 3 months 15 days
II.2.11) Information about options
Options: Yes
Description of options
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.
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
III.1.3) Technical and professional ability
Additional technical selection criteria
Full details are included in the Invitation to Tender document.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payments to be made in accordance with Terms & Conditions. Full details are included in the Invitation to Tender document.
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-11-04 10:00
Estimated award decision date
2025-12-17 23:59
IV.2.2) Tender submission deadline
2025-11-25 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
Risk details
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.
VI.5) Date of dispatch of this notice
2025-10-17 13:46