Opportunity

ID 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables

  • Forensic Science Northern Ireland

F02: Contract notice

Notice reference: 2024/S 000-011983

Published 12 April 2024, 1:11pm



The closing date and time has been changed to:

28 May 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Forensic Science Northern Ireland

c/o CPD, 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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 electronically via

https://etendersni.gov.uk/epps

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

ID 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables

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 of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
7

two.2) Description

two.2.1) Title

Lot 1 – Labware Equipment and Consumables

Lot No

1

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £200,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 2 – ETO / Gas Treated Products

Lot No

2

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £150,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 3 – Chemicals and Solvents

Lot No

3

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £225,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 4 – Lab Cleaning and Decontamination Materials

Lot No

4

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £100,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 5 – Packaging

Lot No

5

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £175,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 6 – Pipettes and Tips

Lot No

6

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £200,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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) Description

two.2.1) Title

Lot 7 – Crime Scene Material and Consumables

Lot No

7

two.2.2) Additional CPV code(s)

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

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 and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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: £150,000

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

Duration in months

36

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

It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

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

Originally published as:

Date

14 May 2024

Local time

3:00pm

Changed to:

Date

28 May 2024

Local time

3:00pm

See the change notice.

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: 11 September 2024

four.2.7) Conditions for opening of tenders

Date

14 May 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The values stated represent an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 CPD 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. The Authority expressly reserves the rights:(I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award contract(s) in respect of any part(s) of the services covered by this notice; and (IV) to award contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates..

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.

N/A

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.