Tender

ID 4893840 - FSNI - Supply, Delivery and Maintenance of Forensic Laser Systems

  • Forensic Science Northern Ireland

F02: Contract notice

Notice identifier: 2023/S 000-024365

Procurement identifier (OCID): ocds-h6vhtk-03f545

Published 18 August 2023, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Forensic Science Northern Ireland

c/o CPD, 303 Airport Road West

BELFAST

BT3 9ED

Email

Justice.CPD@finance-ni.gov.uk

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.