Awarded contract

DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids

  • DoJ Forensic Science Northern Ireland

F03: Contract award notice

Notice reference: 2022/S 000-005574

Published 1 March 2022, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

DoJ Forensic Science Northern Ireland

c/o CPD Supplies and Services Division, 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.justice-ni.gov.uk/topics/forensic-science/forensic-science-northern-ireland

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids

Reference number

ID 3612546

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKN0F - Mid and East Antrim
Main site or place of performance

FSNI, 151 Belfast Road, Carrickfergus, Northern Ireland, United Kingdom, BT38 8PL

two.2.4) Description of the procurement

Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.

two.2.5) Award criteria

Quality criterion - Name: AC01 System Performance / Weighting: 25

Quality criterion - Name: AC02 System Delivery and Installation / Weighting: 10

Quality criterion - Name: AC03 Reactive Repair Strategy / Weighting: 5

Quality criterion - Name: SV1 Calibration performance / Weighting: 7

Quality criterion - Name: SV2 Quantitative accuracy / Weighting: 7

Quality criterion - Name: SV3 Quantitative precision / Weighting: 7

Quality criterion - Name: SV4 Software versatility / data processing / report generation / Weighting: 7

Quality criterion - Name: SV5 Analyse quantitation confidence / Weighting: 7

Cost criterion - Name: AC04 Pricing Schedule A – Supply, Delivery and Installation / Weighting: 20

Cost criterion - Name: AC05 Pricing Schedule B – Maintenance / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

Initial period of 2 years, with 2 options to extend, for:- i 8 years ii 5 years

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022685


Section five. Award of contract

Contract No

1

Title

DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 February 2022

five.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

five.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

Information withheld for security reasons

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.finance-ni.gov.uk/topics/procurement

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £300,000

Total value of the contract/lot: £300,000


Section six. Complementary information

six.3) Additional information

Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies, is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a).. . The estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. There is no guarantee of any level of business under this contract. The estimate is not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.. . The successful contractor’s performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 1/12 Contract Management: https://www.financeni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF).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 for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice.

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 / Review procedure

See VI.4.3 / Review procedure

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.