Tender

ID 3758799 DOJ - FSNI - The Supply, Installation and Maintenance of an Automated Supported Liquid and Solid Phase Extraction System

  • Forensic Service NI

F02: Contract notice

Notice identifier: 2021/S 000-026227

Procurement identifier (OCID): ocds-h6vhtk-02ede0

Published 20 October 2021, 10:15am



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

Email

justice.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://www.justice-ni.gov.uk

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.