ID 4194215 DoJ FSNI DNA Extraction and Profiling Kits

A Tender Notice
by FORENSIC SCIENCE NORTHERN IRELAND FSNI

Source
Find a Tender
Type
Contract (Supply)
Duration
7 year
Value
£6M
Sector
HEALTH
Published
01 Jun 2022
Delivery
To 30 Jun 2029 (est.)
Deadline
01 Jul 2022 15:00

Concepts

Location

Carrickfergus

Geochart for 2 buyers and 0 suppliers

Description

Forensic Science Northern Ireland (FSNI) is seeking to establish a Contract for the supply, and delivery of DNA Extraction and Profiling Kits that are approved by the Forensic Information Database Service (FINDS) Strategy Board for upload to the UK National DNA Database. The Contract will remain in place for an initial period of 7 years, with two options to extend (for any period up to and including 3 years then 2 years). If tendering for Lot 1 (Casework Extraction Kits), two kits must be provided (kits A and B). If tendering for Lots 2 and 3 (profiling kits), one kit can be proposed up to a maximum of 3 kits per Lot.

Lot Division

1 Casework Extraction Kits - Kit A Enhanced DNA Extraction
  • Value: £720K
2 Casework Extraction Kits - Kit B Complementary Purification
  • Value: £180K
3 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 1
  • Value: £3M
4 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 2
  • Value: £3M
5 Profiling Kits – Subject / Direct Amplification Stream Samples - Proposed Kit 3
  • Value: £3M
6 Profiling Kits – Case Work Stream Samples - Proposed Kit 1
  • Value: £2M
7 Profiling Kits – Case Work Stream Samples - Proposed Kit 2
  • Value: £2M
8 Profiling Kits – Case Work Stream Samples - Proposed Kit 3
  • Value: £2M

Renewal Options

There are two options to extend (for any period up to and including 3 years then 2 years).

CPV Codes

  • 33950000 - Clinical forensics equipment and supplies
  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover a maximum number of lots.
  • Bids may cover one or more lots.
  • This is a recurring contract.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

The figure indicated in 11.1.5 represents an estimated contract value. To clarify, the total estimated contract value for Lot 1 is £900,000;. Lot 2 is £3,250,000 and Lot 3 is £1,750,000. These values reflects the potential scale of the contract, however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. 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 CPD 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 Unsatisfactory Performance and the contract may be terminated. The issue of a 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 twelve months from the date of issue of the Notice.

Reference

Domains