Section one: Contracting authority
one.1) Name and addresses
Forensic Service NI
C/o 303 Airport Road West
BELFAST
BT3 9ED
Contact
justice.CPDfinance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
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 to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3758799 DOJ - FSNI - The Supply, Installation and Maintenance of an Automated Supported Liquid and Solid Phase Extraction System
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, installation and maintenance of one new automated Supported Liquid and Solid Phase Extraction Systems for the extraction of body fluids primarily blood and urine, for the Analytical Services Team. FSNI intends to purchase this automated extraction system, in the 2021/22 financial year, (although this is subject to changing financial budgets), to run in tandem with the existing machines. It is anticipated that FSNI will purchase one (1) automated solid phase extraction system (The system) during the first year of the contact. It is anticipated that the life expectancy of The System will be 10 years. The contract will remain in place for a minimum initial period of 5 years with an option to extend for 1 further period of up to 5 years (up to a maximum of 10 years overall) for maintenance and support of The System.
two.1.5) Estimated total value
Value excluding VAT: £185,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51430000 - Installation services of laboratory equipment
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, installation and maintenance of one new automated Supported Liquid and Solid Phase Extraction Systems for the extraction of body fluids primarily blood and urine, for the Analytical Services Team. FSNI intends to purchase this automated extraction system, in the 2021/22 financial year, (although this is subject to changing financial budgets), to run in tandem with the existing machines. It is anticipated that FSNI will purchase one (1) automated solid phase extraction system (The system) during the first year of the contact. It is anticipated that the life expectancy of The System will be 10 years. The contract will remain in place for a minimum initial period of 5 years with an option to extend for 1 further period of up to 5 years (up to a maximum of 10 years overall) for maintenance and support of The System.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £185,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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 a minimum initial period of 5 years with an option to extend for 1 further period of up to 5 years (up to a maximum of 10 years overall) for maintenance and support of The System.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
22 November 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: 21 May 2022
four.2.7) Conditions for opening of tenders
Date
22 November 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 certificate
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.
Belfast
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.