Section one: Contracting authority
one.1) Name and addresses
Department of Justice
C/O CPD 303 Airport Road West
BELFAST
BT3 9ED
Contact
Justice.cpdfinance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 4481944 - DOJ – FSNI - Supply, Delivery, Installation, Commissioning and Maintenance of a Benchtop Chemical Vapour (Disulfur dinitride - S2N2) Fingerprint Development System
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
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, delivery, installation, commissioning and maintenance of a benchtop chemical vapour (Disulfur dinitride - S2N2) fingerprint development system for use with specialised evidence types for Specialist Fingerprint Unit within FSNI.
two.1.5) Estimated total value
Value excluding VAT: £181,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38900000 - Miscellaneous evaluation or testing instruments
- 38400000 - Instruments for checking physical characteristics
- 38434500 - Biochemical analysers
- 51430000 - Installation services of laboratory equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply, delivery, installation, commissioning and maintenance of a benchtop chemical vapour (Disulfur dinitride - S2N2) fingerprint development system for use with specialised evidence types for Specialist Fingerprint Unit within FSNI.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £181,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
One option to extend maintenance for a further 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
two.2.14) Additional information
Please note that the £181,000 is the total contract value including any optional extension to the maintenance.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 April 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 17 July 2023
four.2.7) Conditions for opening of tenders
Date
18 April 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
six.4) Procedures for review
six.4.1) Review body
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.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.