Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

DOJ FSNI Service, Calibration, Repair and Consumables for LTI Laser Equipment

  • First published: 22 May 2020
  • Last modified: 22 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
DoJ Forensic Science Northern Ireland (DoJ FSNI)
Authority ID:
AA79164
Publication date:
22 May 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

PSNI have approximately 200 LTI Laser speed meters in operational use within Northern Ireland in support of their Road Safety Policy. There are approximately 33 LTI 20.20s and 167 LTI Ultralytes/Ultralyte 1 000s handheld laser speed metering devices. This equipment is used to obtain ‘evidential’ readings of a target vehicle’s speed which are used for prosecution purposes.

Under the terms of the Home Office type approval of these devices ‘The Speedmeter Handbook (Fourth Edition) Publication Number 15/05 Home Office Scientific Development Branch’, the LTI Laser speed detection equipment needs to be calibrated and repaired by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician offering appropriate evidence of technical and professional competence. The calibration period as identified within ‘The Speedmeter Handbook (Fourth Edition) Publication Number 15/05 Home Office Scientific Development Branch’, is specified as 1 year. All 200 LTI Laser speedmeters must be calibrated on a yearly basis by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician. It should also be noted that throughout the year there are a number of devices that require service or repair (approximately 70 require service/repair per year) and as per the Home Office requirements, the equipment must be repaired/serviced by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician offering appropriate evidence of technical and professional competence.

PSNI have been purchasing this equipment since 1999 and they continue to increase the numbers of these devices in operational service on a year by year basis. The purchase of these devices has been carried out by ICS, PSNI, however the calibration, service/repair of this equipment has not been included as part of the contract. The calibration, service/repair requirements for this equipment is covered within the service level agreement between PSNI and FSNI.

In Appendix I of the SLA between PSNI and FSNI, section 3.2 ‘Calibration and Repair’ it states ‘Calibration and repair work will be subcontracted to the supplier and the costs of that work will be absorbed by FSNI’.

The repairs and calibrations on LTI Laser speedmeters can only be carried out by the manufacturer’s appointed agents in the UK as there are no suitable qualified technicians offering appropriate evidence of technical and professional competence for this equipment.

Full notice text

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.1) Name and addresses

Police Service of Northern Ireland (PSNI)

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.psni.police.uk/

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.2) Joint procurement

The contract involves 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

DOJ FSNI Service, Calibration, Repair and Consumables for LTI Laser Equipment

Reference number: DOJDAC 20/20

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Forensic Science Northern Ireland has a service level agreement with the Police Service of Northern Ireland to return speed metering equipment to the manufacturer for repair and calibration.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 180 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

50433000

34971000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

PSNI have approximately 200 LTI Laser speed meters in operational use within Northern Ireland in support of their Road Safety Policy. There are approximately 33 LTI 20.20s and 167 LTI Ultralytes/Ultralyte 1 000s handheld laser speed metering devices. This equipment is used to obtain ‘evidential’ readings of a target vehicle’s speed which are used for prosecution purposes.

Under the terms of the Home Office type approval of these devices ‘The Speedmeter Handbook (Fourth Edition) Publication Number 15/05 Home Office Scientific Development Branch’, the LTI Laser speed detection equipment needs to be calibrated and repaired by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician offering appropriate evidence of technical and professional competence. The calibration period as identified within ‘The Speedmeter Handbook (Fourth Edition) Publication Number 15/05 Home Office Scientific Development Branch’, is specified as 1 year. All 200 LTI Laser speedmeters must be calibrated on a yearly basis by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician. It should also be noted that throughout the year there are a number of devices that require service or repair (approximately 70 require service/repair per year) and as per the Home Office requirements, the equipment must be repaired/serviced by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician offering appropriate evidence of technical and professional competence.

PSNI have been purchasing this equipment since 1999 and they continue to increase the numbers of these devices in operational service on a year by year basis. The purchase of these devices has been carried out by ICS, PSNI, however the calibration, service/repair of this equipment has not been included as part of the contract. The calibration, service/repair requirements for this equipment is covered within the service level agreement between PSNI and FSNI.

In Appendix I of the SLA between PSNI and FSNI, section 3.2 ‘Calibration and Repair’ it states ‘Calibration and repair work will be subcontracted to the supplier and the costs of that work will be absorbed by FSNI’.

The repairs and calibrations on LTI Laser speedmeters can only be carried out by the manufacturer’s appointed agents in the UK as there are no suitable qualified technicians offering appropriate evidence of technical and professional competence for this equipment.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

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

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: protection of exclusive rights, including intellectual property rights

Explanation

LTI Laser speed meters are in operational use within Northern Ireland in support of PSNI's Road Safety Policy used to obtain ‘evidential’ readings of a target vehicle’s speed which are used for prosecution purposes.

Under the terms of the Home Office type approval of these devices ‘The Speedmeter Handbook (Fourth Edition) Publication Number 15/05 Home Office Scientific Development Branch’, the LTI Laser speed detection equipment needs to be calibrated and repaired by the manufacturer, the manufacturer’s appointed agent or a suitable qualified technician offering appropriate evidence of technical and professional competence. The repairs and calibrations on LTI Laser speedmeters can only be carried out by the manufacturer’s appointed agents in the UK as there are no suitable qualified technicians offering appropriate evidence of technical and professional competence for this equipment. This is consistent with UK Public Contracts Regulations 32(2)(b)(iii).

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:

2020/S 087-209531

Section V: Award of contract

Title: DOJ FSNI Service, Calibration, Repair and Consumables for LTI Laser Equipment

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/05/2020

V.2.2) Information about tenders

Number of tenders received: 1

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)

Total value of the contract/lot: : 180 000.00  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 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 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.4.2) 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

19/05/2020

Coding

Commodity categories

ID Title Parent category
50433000 Calibration services Repair and maintenance services of precision equipment
50000000 Repair and maintenance services Other Services
34971000 Speed camera equipment Traffic-monitoring equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.