Section one: Contracting authority
one.1) Name and addresses
Forensic Science Northern Ireland
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
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
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