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.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 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables
Reference number
ID 5087997
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,200,000
two.2) Description
two.2.1) Title
Lot 1 – Labware Equipment and Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 – ETO / Gas Treated Products
Lot No
2
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 – Chemicals and Solvents
Lot No
3
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 4 – Lab Cleaning and Decontamination Materials
Lot No
4
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 5 – Packaging
Lot No
5
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 6 – Pipettes and Tips
Lot No
6
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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 7 – Crime Scene Material and Consumables
Lot No
7
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
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 laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.
two.2.5) Award criteria
Quality criterion - Name: Four qualitative criteria / Weighting: 35
Price - Weighting: 65
two.2.11) Information about options
Options: Yes
Description of options
This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-011983
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – Labware Equipment and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £200,000
Total value of the contract/lot: £200,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – ETO / Gas Treated Products
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £150,000
Total value of the contract/lot: £150,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3 – Chemicals and Solvents
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £225,000
Total value of the contract/lot: £225,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
Lot 4 – Lab Cleaning and Decontamination Materials
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £100,000
Total value of the contract/lot: £100,000
Section five. Award of contract
Contract No
5
Lot No
5
Title
Lot 5 – Packaging
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £175,000
Total value of the contract/lot: £175,000
Section five. Award of contract
Contract No
6
Lot No
6
Title
Lot 6 – Pipettes and Tips
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £200,000
Total value of the contract/lot: £200,000
Section five. Award of contract
Contract No
7
Lot No
7
Title
Lot 7 – Crime Scene Material and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £150,000
Total value of the contract/lot: £150,000
Section six. Complementary information
six.3) Additional information
Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies, is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a).. . The contract values listed are broad estimates only and include additional quantum for unforeseen demand and to future proof for additional potential. These values reflect the potential scale of the contract and take into account potential optional extension periods and the. uptake of potential optional services as detailed in the tender documents. There is no guarantee of any level of business under this contract. The estimates are not deemed to be conditions of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.. . Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue..
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015, and incorporated a standstill period (i.e a minimum of 10 calendar days) at the point information on the awards of the. contracts was communicated to tenderers. Those notifications provided full information on. the award decision. This provided time for unsuccessful tenderers to challenge the award. decision before the contracts were entered into.