Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DoJ Forensic Science Northern Ireland
c/o CPD Supplies and Services Division, 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
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.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
DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids
Reference number: ID 3612546
II.1.2) Main CPV code
38000000
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, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
300 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
38430000
II.2.3) Place of performance
NUTS code:
UKN0F
Main site or place of performance:
FSNI, 151 Belfast Road, Carrickfergus, Northern Ireland, United Kingdom, BT38 8PL
II.2.4) Description of the procurement
Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery, installation and maintenance of of a Dual Headspace GC/FID instrument for the analysis of ethanol in body fluids for both routine casework and method development/instrument validation work. FSNI’s primary purpose is the provision of effective scientific advice to support the delivery of justice. FSNI’s Analytical Services Team (AST) provides analysis of body fluids from both the Police Service of Northern Ireland and the State Pathologists Department for the presence of ethanol. FSNI currently uses one Dual Headspace GCFID instrument for the workflows described above and are wishing to replace their existing capacity through the procurement of this instrument.
II.2.5) Award criteria
Quality criterion: AC01 System Performance
/ Weighting: 25
Quality criterion: AC02 System Delivery and Installation
/ Weighting: 10
Quality criterion: AC03 Reactive Repair Strategy
/ Weighting: 5
Quality criterion: SV1 Calibration performance
/ Weighting: 7
Quality criterion: SV2 Quantitative accuracy
/ Weighting: 7
Quality criterion: SV3 Quantitative precision
/ Weighting: 7
Quality criterion: SV4 Software versatility / data processing / report generation
/ Weighting: 7
Quality criterion: SV5 Analyse quantitation confidence
/ Weighting: 7
Cost criterion: AC04 Pricing Schedule A – Supply, Delivery and Installation
/ Weighting: 20
Cost criterion: AC05 Pricing Schedule B – Maintenance
/ Weighting: 5
II.2.11) Information about options
Options:
Yes
Description of options:
Initial period of 2 years, with 2 options to extend, for:- i 8 years ii 5 years
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:
2021/S 000-022685
Section V: Award of contract
Contract No: 1
Title: DOJ FSNI - Supply, Delivery, Installation and Maintenance of a Dual Headspace GC/FID Instrument for the Analysis of Ethanol in Body Fluids
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/02/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Information withheld for security reasons
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME:
No
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:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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 estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. 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 1/12 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.4.3) 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
01/03/2022