Section one: Contracting authority/entity
one.1) Name and addresses
Forensic Science Northern Ireland FSNI
151 Belfast Road
Carrickfergus
BT38 8PL
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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 4384469 DoJ FSNI DNA Extraction and Profiling Kits
Reference number
ID 4384469
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, and delivery of DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2022/S 000-024098
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
VI.3.1)
Place of text to be modified
At the end of the existing content in section VI.3
Read
Text
Construction and Procurement Delivery (CPD), on behalf of Forensic Science Northern Ireland (FSNI), have decided to discontinue the Open Procedure in respect of “Lot 1 Casework Extraction Kits” and switch to the Negotiated procedure in accordance with Regulation 32(2)(a) of the Public Contracts Regulations 2015 (as amended). This is due to an insufficient number of suitable responses for Lot 1 to progress the testing phase of the tender competition. The extensive testing processes and award criteria have been designed to allow FSNI to identify the best performing extraction kit and compatible extraction kit. It is imperative that that there are a sufficient number of suitable tenders from Lot 1 progressing to the testing stage to allow FSNI to carry out a robust exercise to determine the best performing kits for casework extraction and secure value for money.