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/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
Tenders or requests to participate must be submitted to the above-mentioned address
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 4893840 - FSNI - Supply, Delivery and Maintenance of Forensic Laser Systems
two.1.2) Main CPV code
- 38636100 - Lasers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Forensic Science Northern Ireland (FSNI) are seeking to establish a contract for the supply of six (6) forensic laser systems (each operating over 3 specific wavelengths) for use within FSNI’s Evidence Recovery Unit (ERU) along with associated consumables. FSNI’s requirements for laser systems vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Supply and Maintenance of Blue Laser Systems Lot 2 – Supply and Maintenance of Green Laser Systems Lot 3 – Supply and Maintenance of Yellow Laser Systems Each lot will also include the associated consumables such as safety goggles, camera filters etc. It is anticipated that FSNI will initially purchase 2 x blue laser systems, 2 x green laser systems and 2 x yellow laser systems during the first year of this contract. The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Supply and Maintenance of Blue Laser Systems
Lot No
1
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 51430000 - Installation services of laboratory equipment
- 38430000 - Detection and analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Forensic Science Northern Ireland (FSNI) are seeking to establish a contract for the supply of six (6) forensic laser systems (each operating over 3 specific wavelengths) for use within FSNI’s Evidence Recovery Unit (ERU) along with associated consumables. FSNI’s requirements for laser systems vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Supply and Maintenance of Blue Laser Systems Lot 2 – Supply and Maintenance of Green Laser Systems Lot 3 – Supply and Maintenance of Yellow Laser Systems Each lot will also include the associated consumables such as safety goggles, camera filters etc. It is anticipated that FSNI will initially purchase 2 x blue laser systems, 2 x green laser systems and 2 x yellow laser systems during the first year of this contract. The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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: £50,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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
Supply and Maintenance of Green Laser Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 51430000 - Installation services of laboratory equipment
- 38430000 - Detection and analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Forensic Science Northern Ireland (FSNI) are seeking to establish a contract for the supply of six (6) forensic laser systems (each operating over 3 specific wavelengths) for use within FSNI’s Evidence Recovery Unit (ERU) along with associated consumables. FSNI’s requirements for laser systems vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Supply and Maintenance of Blue Laser Systems Lot 2 – Supply and Maintenance of Green Laser Systems Lot 3 – Supply and Maintenance of Yellow Laser Systems Each lot will also include the associated consumables such as safety goggles, camera filters etc. It is anticipated that FSNI will initially purchase 2 x blue laser systems, 2 x green laser systems and 2 x yellow laser systems during the first year of this contract. The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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: £50,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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
Supply and Maintenance of Yellow Laser Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 51430000 - Installation services of laboratory equipment
- 38430000 - Detection and analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Forensic Science Northern Ireland (FSNI) are seeking to establish a contract for the supply of six (6) forensic laser systems (each operating over 3 specific wavelengths) for use within FSNI’s Evidence Recovery Unit (ERU) along with associated consumables. FSNI’s requirements for laser systems vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Supply and Maintenance of Blue Laser Systems Lot 2 – Supply and Maintenance of Green Laser Systems Lot 3 – Supply and Maintenance of Yellow Laser Systems Each lot will also include the associated consumables such as safety goggles, camera filters etc. It is anticipated that FSNI will initially purchase 2 x blue laser systems, 2 x green laser systems and 2 x yellow laser systems during the first year of this contract. The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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: £50,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 September 2023
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: 17 December 2023
four.2.7) Conditions for opening of tenders
Date
18 September 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; a
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.