ID 4893840 - FSNI - Supply, Delivery and Maintenance of Forensic Laser Systems

A Contract Award Notice
by FORENSIC SCIENCE NORTHERN IRELAND

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£80K
Sector
INDUSTRIAL
Published
03 Jan 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Northern Ireland:

Geochart for 1 buyers and 3 suppliers

1 buyer

1 supplier

Description

Forensic Science Northern Ireland (FSNI) are seeking to establish a contract for the supply of six (6) forensic laser systems (each operating over 3 specific wavelengths) for use within FSNI’s Evidence Recovery Unit (ERU) along with associated consumables. FSNI’s requirements for laser systems vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Supply and Maintenance of Blue Laser Systems Lot 2 – Supply and Maintenance of Green Laser Systems Lot 3 – Supply and Maintenance of Yellow Laser Systems Each lot will also include the associated consumables such as safety goggles, camera filters etc. It is anticipated that FSNI will initially purchase 2 x blue laser systems, 2 x green laser systems and 2 x yellow laser systems during the first year of this contract. The contract will remain in place for an initial period of two (2) years, followed by two optional extension periods of three (3) years and five (5) years respectively (up to a maximum of 10 years overall).

Lot Division

1 Supply and Maintenance of Blue Laser Systems
2 Supply and Maintenance of Green Laser Systems
3 Supply and Maintenance of Yellow Laser Systems

Award Detail

1 [Redacted] (Withheld For Security Reasons)
  • Supply and Maintenance of Blue Laser Systems
  • Reference: 000118-2024-1-1
  • Value: £80,000
2 [Redacted] (Withheld For Security Reasons)
  • Supply and Maintenance of Green Laser Systems
  • Reference: 000118-2024-2-2
  • Value: £80,000
3 [Redacted] (Withheld For Security Reasons)
  • Supply and Maintenance of Yellow Laser Systems
  • Reference: 000118-2024-3-3
  • Value: £80,000

Renewal Options

The contract will remain in place for an initial period of two 2 years, followed by two optional extension periods of three 3 years and five 5 years respectively up to a maximum of 10 years overall.

Award Criteria

Installation Engineer Experience 14
Quality Management and Processes 42
Contract Management 14
price 30

CPV Codes

  • 38636100 - Lasers
  • 33950000 - Clinical forensics equipment and supplies
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 51430000 - Installation services of laboratory equipment
  • 38430000 - Detection and analysis apparatus

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 contract values listed are broad estimates only and include 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 estimates are not deemed to be conditions 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. 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.

Reference

Domains