Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DoJ Forensic Science Northern Ireland (DoJ FSNI)
c/o Construction and Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UKN
Internet address(es)
Main address: https://www.justice-ni.gov.uk/topics/forensic-science/forensic-science-northern-ireland
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FSNI Supply and Delivery of Personal Protective Equipment and Consumables
Reference number: ID2326453
II.1.2) Main CPV code
18100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery of personal protective equipment and consumables.
FSNI’s requirements vary greatly therefore for the purposes of this contract, the requirements have been split into lots as follows:
Lot 1: Bulk Personal Protection Consumables and Personal Protection Equipment;
Lot 2: Outdoor Clothing.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
525 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Bulk Personal Protection Consumables and Personal Protection Equipment
II.2.2) Additional CPV code(s)
18110000
18140000
18143000
18424300
18440000
18830000
33735100
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Bulk personal protection consumables and personal protection equipment.
II.2.5) Award criteria
Quality criterion: Delivery and lead-times
/ Weighting: 35
Quality criterion: Aftersales service
/ Weighting: 14
Quality criterion: Service contingency
/ Weighting: 10.5
Quality criterion: Continuous improvements
/ Weighting: 10.5
Cost criterion: Total contract cost
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
36- month initial period, 2 x 24-month extension periods available.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Outdoor Clothing and Equipment
II.2.2) Additional CPV code(s)
18110000
18140000
18143000
18424300
18440000
18830000
33735100
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Outdoor Clothing and Equipment
II.2.5) Award criteria
Quality criterion: Delivery and lead-times
/ Weighting: 35
Quality criterion: Aftersales service
/ Weighting: 14
Quality criterion: Service contingency
/ Weighting: 10.5
Quality criterion: Continuous improvements
/ Weighting: 10.5
Cost criterion: Total contract cost
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
36-month initial period, 2 x 24-month extension periods available.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 206-501385
Section V: Award of contract
Lot No: 1 and 2
Title: FSNI Supply and Delivery of Personal Protective Equipment and Consumables
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/03/2020
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
As per Regulation 50(6)(a) — information withheld for security reasons
As per Regulation 50(6)(a) — information withheld for security reasons
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 525 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section VI: Complementary information
VI.3) Additional information
Both lots on this contract are awarded to the same supplier.
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 estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential DoJ users. There is no guarantee of any level of business
Under this contract. The estimate is not deemed to be a condition 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.
The successful contractor’s performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 01/12 Contract Management: https://www.financeni.
Gov.uk/sites/default/ files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF).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 construction and procurement delivery 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 written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of the notice.
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
UK
VI.4.2) Body responsible for mediation procedures
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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 Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
10/04/2020