Awarded contract

P20524 - Provision of DNA Expert System

  • Forensic Science Northern Ireland

F15: Voluntary ex ante transparency notice

Notice reference: 2021/S 000-030686

Published 9 December 2021, 2:14pm



Section one: Contracting authority/entity

one.1) Name and addresses

Forensic Science Northern Ireland

151 Belfast Road

Carrickfergus

BT38 8PL

Email

SSDAdmin.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://etendersni.gov.uk/epps

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

P20524 - Provision of DNA Expert System

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Forensic Science Northern Ireland is placing this voluntary transparency notice to alert economic operators of its intention to modify the Provision of DNA Expert System contract in accordance with Regulation 72 (1) (b) of the Public Contracts Regulations 2015. This transparency notice does not place any obligation on the Authority to enter into this modification.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £178,312

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

FSNI require a Contractor for the Supply, Delivery, Installation and Maintenance of an “Expert” Assistance Software package for Forensic DNA Analysis. The services required include the provisioning and licensing for an expert software COTS (Commercial off the Shelf) package, on-site installation, training, maintenance and support for an initial contract period of 5 years.

two.2.5) Award criteria

Quality criterion - Name: Desirable Requirements / Weighting: 5

Cost criterion - Name: Price / Weighting: 95

two.2.11) Information about options

Options: Yes

Description of options

This contract commenced on 31 March 2015 for 5 years. Option for 1 year rolling extension for support, maintenance, upgrades / enhancements.

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

To ensure continuity of service to FSNI for their critical business functions whilst the requirement is retendered, it is permissible to rely on regulation 72(1)(b) - additional works, services or supplies “have become necessary” and were not included in the initial procurement and a change of supplier would not be practicable (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs.

The total value of this modification is £24,000.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

31 March 2015

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Sensitive Information

Belfast

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

www.finance-ni.gov.uk

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £276,377


Section six. Complementary information

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 regarding alleged breaches of the PCR 2015.

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The authority will incorporate a standstill period (i.e. a minimum of 10 calendar days) before this contract is awarded.