Awarded contract

ID 4384469 DoJ FSNI DNA Extraction and Profiling Kits

  • Forensic Science Northern Ireland FSNI

F03: Contract award notice

Notice reference: 2023/S 000-020984

Published 20 July 2023, 3:37pm



Section one: Contracting authority

one.1) Name and addresses

Forensic Science Northern Ireland FSNI

c/o Construction and Procurement Delivery, 303 Airport Road West

Belfast

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

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.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 4384469 DoJ FSNI DNA Extraction and Profiling Kits

Reference number

ID4384469

two.1.2) Main CPV code

  • 33950000 - Clinical forensics equipment and supplies

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £5,900,000

two.2) Description

two.2.1) Title

Lot 1 Casework Extraction Kits - Kit A Enhanced DNA Extraction

Lot No

1

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 1 Casework Extraction Kits - Kit B Complementary Purification

Lot No

2

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 1

Lot No

3

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 2

Lot No

4

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 3

Lot No

5

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 1

Lot No

6

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 2

Lot No

7

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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) Description

two.2.1) Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 3

Lot No

8

two.2.2) Additional CPV code(s)

  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.

two.2.5) Award criteria

Quality criterion - Name: Sample Testing / Weighting: 80

Cost criterion - Name: Price Per Reaction / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The Contract will remain in place for an initial period of 7 years, with two options to extend for any period up to and including 3 years then 2 years. Therefore the maximum potential Contract period is 12 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: 2022/S 000-024098


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 Casework Extraction Kits - Kits A (Enhanced DNA Extraction) and B (Complementary Purification Extraction)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 July 2023

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: 2

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

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

Belfast

BT3 9ED

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: £900,000

Total value of the contract/lot: £900,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

NOTE: Both lot 1 kits awarded to same contractor as per previous section

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 July 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

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

Email

justice.cpd@finance-ni.gov.uk

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

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

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: £3,250,000

Total value of the contract/lot: £3,250,000


Section five. Award of contract

Contract No

4

Lot No

4

Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 July 2023

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

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: £3,250,000

Total value of the contract/lot: £3,250,000


Section five. Award of contract

Contract No

5

Lot No

5

Title

Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 3

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

6

Lot No

6

Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 July 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

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: Yes

five.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

Email

justice.cpd@finance-ni.gov.uk

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

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

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

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: £1,750,000

Total value of the contract/lot: £1,750,000


Section five. Award of contract

Contract No

7

Lot No

7

Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 2

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

8

Lot No

8

Title

Lot 3 Profiling Kits – Case Work Stream Samples - Proposed Kit 3

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


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. 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. For avoidance of doubt, the total estimated values per Lot are as follows:. . Lot 1: £900,000. Lot 2: £3,250,000. Lot 3: £1,750,000. . Spend on Lots 2 and 3 will be divided between the contractors depending on usage of the Primary and Secondary kits. . . The successful contractor’s performance on this contract will be managed as per specification and 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 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

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

six.4.2) Body responsible for mediation 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.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015, and incorporated a standstill period (i.e a minimum of 10 calendar days) at the point information on the awards of the contracts was communicated to tenderers. Those notifications provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award decision before the contracts were entered into.