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