Tender

DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids

  • DoJ Forensic Science Northern Ireland

F02: Contract notice

Notice identifier: 2021/S 000-022685

Procurement identifier (OCID): ocds-h6vhtk-02e00c

Published 13 September 2021, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

DoJ Forensic Science Northern Ireland

c/o CPD Supplies and Services Division, 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

DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids

Reference number

ID 3612546

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, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKN0F - Mid and East Antrim
Main site or place of performance

FSNI, 151 Belfast Road, Carrickfergus, Northern Ireland, United Kingdom, BT38 8PL

two.2.4) Description of the procurement

Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.

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: £300,000

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

Duration in months

180

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

Initial period of 2 years, with 2 options to extend, for:

- i) 8 years

- ii) 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

25 October 2021

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: 23 January 2022

four.2.7) Conditions for opening of tenders

Date

25 October 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Neither CPD nor Forensic Science Northern Ireland can provide any guarantee as to the level of business under this contract. . . The estimated contract value is a broad estimate only; it includes additional quantum for unforeseen demand and to future proof. The estimate is not deemed to be a condition 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.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 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. 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 (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under 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 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

Precise information on deadline(s) for review procedures: CPD will comply with the Public. Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e.. a minimum of 10 calendar days) at the point information on the award of the contract is. communicated to tenderers. That notification will provide full information on the award. decision. This provides time for unsuccessful tenderers to challenge the award decision. before the contract is entered into.