Tender

ID 4384469 DoJ FSNI DNA Extraction and Profiling Kits

  • Forensic Science Northern Ireland FSNI

F02: Contract notice

Notice identifier: 2022/S 000-024098

Procurement identifier (OCID): ocds-h6vhtk-0363db

Published 30 August 2022, 8:57am



Section one: Contracting authority

one.1) Name and addresses

Forensic Science Northern Ireland FSNI

151 Belfast Road

Carrickfergus

BT38 8PL

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

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 4384469 DoJ FSNI DNA Extraction and Profiling Kits

Reference number

ID 4384469

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.1.5) Estimated total value

Value excluding VAT: £5,900,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
8

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There has been a division into 8 'lots' which consists of three Contractual lots. Lots 1 and 2 are Contract Lot 1. Lots 3-5 are Contract Lot 2. Lots 6-8 are Contract Lot 3. The Contracting Authority reserves the right not to award any or all lots.

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

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: £720,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £180,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £3,250,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £3,250,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £3,250,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £1,750,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £1,750,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

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: £1,750,000

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

Duration in months

84

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

There are two options to extend (for any period up to and including 3 years then 2 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

19 September 2022

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: 18 March 2023

four.2.7) Conditions for opening of tenders

Date

19 September 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Due to the urgency and nature of the kits, this procurement will be carried out using the Accelerated Open procedure. This procedure is set out under Regulation 27(5) - Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent. . . The figure indicated in 11.1.5 represents an estimated contract value. To clarify, the total estimated contract value for Lot 1 is £900,000;. Lot 2 is £3,250,000 and Lot 3 is £1,750,000. These values reflects the potential scale of the contract, however, 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. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a 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 twelve months from the date of issue of. the Notice.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland, Royal Courts of Justice

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all Economic Operators.