Contract

ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)

  • Forensic Science Northern Ireland

F03: Contract award notice

Notice identifier: 2025/S 000-014164

Procurement identifier (OCID): ocds-h6vhtk-04d49f (view related notices)

Published 10 April 2025, 9:45am



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

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.justice-ni.gov.uk/topics/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.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

ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)

two.1.2) Main CPV code

  • 33950000 - Clinical forensics equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.

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)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38430000 - Detection and analysis apparatus
  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.

two.2.5) Award criteria

Quality criterion - Name: AC1 - Contract Management and Product Support / Weighting: 10

Cost criterion - Name: AC2 - Total Contract Price / Weighting: 90

two.2.11) Information about options

Options: Yes

Description of options

The contract will remain in place for an initial period of two years with one optional extension of up to 3 years and a further optional extension of up to 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: 2025/S 000-001860


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 April 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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: 1

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

N/A

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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 contract values listed are broad estimates only and include additional quantum for unforeseen demand and. to future proof for additional potential. These values reflect the potential scale of the contract and take into account potential optional. extension periods and the. uptake of potential optional services as detailed in the tender documents. There is no guarantee of any level. of business under this contract. The estimates are not deemed to be conditions 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.. . 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..

six.4) Procedures for review

six.4.1) Review body

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.

N/A

Country

United Kingdom