Notice Information
Notice Title
504902
Notice Description
504902
Procurement Information
Defence Science & Technology Laboratory (DSTL) intends to place a four month contract with Agilent Technologies LDA UK Ltd for the supply, delivery and set up of Benchtop Liquid Chromotography instrument with single quadruple combined with a Time of Flight mass spectrometer detector (LC-QTOF). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(b)(ii) of the PCR 2015 because competition is absent for technical reasons. The analytical Chemical and Biological Analysis and Attribution Capability (CBAAC). CBAAC is a pan-HMG sovereign capability delivered through DSTL. The capability utilises complex analytical techniques to identify and attribute chemical and biological agents, materials and weapons samples (collectively, Chemical, Biological Warfare agents), originating from within the UK and abroad, in support of HMG interests. In the event of requiring operational sample analysis, the Organisation of the Prohibition of Chemical Warfare (OPCW) would require rapid Analysis and Attribution, United Kingdom Accreditation Service (UKAS) methodology and processes, the laboratory standard, would be required for the analysis, quality control, review and issue of data. The LC-QTOF Instrument is required for UKAS accredited procedures that operate to the ISO17025 standard. The provision of the equipment from this particular vendor is required for scientific continuity purposes. To acquire a similar platform technology from a different vendor would make it impossible to compare back to previous legacy data sets which is often required as part of the quality system - demonstrating the robustness of technique - and is essential in order to maintain UKAS accreditation.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0321ae
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006932-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
51 - Installation services (except software)
-
- CPV Codes
38000000 - Laboratory, optical and precision equipments (excl. glasses)
51430000 - Installation services of laboratory equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £504,902 £500K-£1M
Notice Dates
- Publication Date
- 14 Mar 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 14 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- nrogers@dstl.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SALISBURY
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLK South West (England)
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0321ae-2022-03-14T22:45:08Z",
"date": "2022-03-14T22:45:08Z",
"ocid": "ocds-h6vhtk-0321ae",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0321ae",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "504902",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
"mainProcurementCategory": "goods",
"description": "504902",
"lots": [
{
"id": "1",
"description": "Procurement, Delivery and Installation of LC QTOF",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "51430000",
"description": "Installation services of laboratory equipment"
}
],
"deliveryAddresses": [
{
"region": "UKK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_MANUF_FOR_RESEARCH",
"description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "Defence Science & Technology Laboratory (DSTL) intends to place a four month contract with Agilent Technologies LDA UK Ltd for the supply, delivery and set up of Benchtop Liquid Chromotography instrument with single quadruple combined with a Time of Flight mass spectrometer detector (LC-QTOF). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(b)(ii) of the PCR 2015 because competition is absent for technical reasons. The analytical Chemical and Biological Analysis and Attribution Capability (CBAAC). CBAAC is a pan-HMG sovereign capability delivered through DSTL. The capability utilises complex analytical techniques to identify and attribute chemical and biological agents, materials and weapons samples (collectively, Chemical, Biological Warfare agents), originating from within the UK and abroad, in support of HMG interests. In the event of requiring operational sample analysis, the Organisation of the Prohibition of Chemical Warfare (OPCW) would require rapid Analysis and Attribution, United Kingdom Accreditation Service (UKAS) methodology and processes, the laboratory standard, would be required for the analysis, quality control, review and issue of data. The LC-QTOF Instrument is required for UKAS accredited procedures that operate to the ISO17025 standard. The provision of the equipment from this particular vendor is required for scientific continuity purposes. To acquire a similar platform technology from a different vendor would make it impossible to compare back to previous legacy data sets which is often required as part of the quality system - demonstrating the robustness of technique - and is essential in order to maintain UKAS accreditation."
},
"awards": [
{
"id": "006932-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-46792",
"name": "Agilent Technologies LDA UK Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-9739",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "SALISBURY",
"region": "UKK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "nrogers@dstl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dstl.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Defence"
},
{
"scheme": "COFOG",
"description": "DSTL"
}
]
}
},
{
"id": "GB-FTS-46792",
"name": "Agilent Technologies LDA UK Ltd",
"identifier": {
"legalName": "Agilent Technologies LDA UK Ltd",
"id": "08815891"
},
"address": {
"streetAddress": "Lakeside Cheadle Royal Business Park,Cheadle Cheshire SK8 3GR",
"locality": "CHEADLE",
"region": "UKD63",
"postalCode": "SK8 3GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1614927500",
"email": "customercare_uk@agilent.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-46793",
"name": "DSTL",
"identifier": {
"legalName": "DSTL"
},
"address": {
"streetAddress": "Porton Down",
"locality": "SALISBURY",
"postalCode": "SP4 0JQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-9739",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "006932-2022-1",
"awardID": "006932-2022-1",
"status": "active",
"value": {
"amount": 504902,
"currency": "GBP"
},
"dateSigned": "2022-03-14T00:00:00Z"
}
],
"language": "en"
}