Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-007396/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Department of Justice
Postal address: C/O CPD 303 Airport Road West
Town: BELFAST
Postal code: BT3 9ED
Country: United Kingdom
Contact Person: Justice.cpdfinance-ni.gov.uk
Email: Justice.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ID 4481944 – DOJ – FSNI – Supply, Delivery, Installation, Commissioning and Maintenance of a Benchtop Chemical Vapour (Disulfur dinitride – S2N2) Fingerprint Development System
II.1.2) Main CPV code: 33000000
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, delivery, installation, commissioning and maintenance of a benchtop chemical vapour (Disulfur dinitride – S2N2) fingerprint development system for use with specialised evidence types for Specialist Fingerprint Unit within FSNI.
II.1.5) Estimated total value:
Value excluding VAT: 181000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33950000, 38000000, 38900000, 38400000, 38434500, 51430000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply, delivery, installation, commissioning and maintenance of a benchtop chemical vapour (Disulfur dinitride – S2N2) fingerprint development system for use with specialised evidence types for Specialist Fingerprint Unit within FSNI.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 181000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: One option to extend maintenance for a further 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
II.2.14) Additional information: Please note that the £181,000 is the total contract value including any optional extension to the maintenance.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As per tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-04-18 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2023-07-17
IV.2.7) Conditions for opening tenders
Date: 2023-04-18 Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Contract monitoring: the successful contractor’s performance on the contract will be. regularly monitored. 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 (CPD) for further action. If this occurs and their performance still does not improve. to satisfactory levels within the specified period, this may be considered grounds for. termination of the contract at your expense as provided for in the Conditions of Contract. In. lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory. Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of. Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015. (as amended), be excluded from future public procurement competitions for a period of up. to three years.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Town: Belfast
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:2023-03-14