ID 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables

A Contract Award Notice
by FORENSIC SCIENCE NORTHERN IRELAND

Source
Find a Tender
Type
Contract (Supply)
Duration
3 year (est.)
Value
£150K-£200K
Sector
INDUSTRIAL
Published
13 Sep 2024
Delivery
To 13 Sep 2027 (est.)
Deadline
n/a

Concepts

Location

Belfast

Geochart for 2 buyers and 7 suppliers

2 buyers

1 supplier

Description

Forensic Science Northern Ireland (FSNI) is seeking to establish a contract for the supply and delivery of laboratory consumables. FSNI is an Executive Agency within the Department of Justice, providing a wide range of scientific services and expertise to assist in the investigation of crime and the presentation of scientific evidence in court. The Agency is an operationally independent organisation that provides a full range of forensic science services through its operational casework sections to its main customers, the Police Service of Northern Ireland, the Police Ombudsman for Northern Ireland, the NI State Pathologist as well as a number of other customers in NI and further afield. FSNI’s requirements vary greatly, therefore for the purposes of this contract, the requirements have been split into Lots as follows: Lot 1 – Lab ware Equipment and Consumables, Lot 2 – ETO / Gas Treated Products, Lot 3 – Chemicals and Solvents, Lot 4 – Lab Cleaning and Decontamination Materials, Lot 5 – Packaging, Lot 6 – Pipettes and Tips and Lot 7 – Crime Scene Material and Consumables. It is anticipated this contract will commence upon award and will remain in place for a total period of 3 years with the option to extend for a period up to and including twenty-four (24) months.

Lot Division

1 Labware Equipment and Consumables
2 ETO / Gas Treated Products
3 Chemicals and Solvents
4 Lab Cleaning and Decontamination Materials
5 Packaging
6 Pipettes and Tips
7 Crime Scene Material and Consumables

Award Detail

1 [Redacted] (Clare House)
  • Lot 1 – Labware Equipment and Consumables
  • Reference: 1
  • Num offers: 7
  • Value: £200,000
  • Contractor is an SME.
2 [Redacted] (Clare House)
  • Lot 2 – ETO / Gas Treated Products
  • Reference: 2
  • Num offers: 7
  • Value: £150,000
  • Contractor is an SME.
3 [Redacted] (Clare House)
  • Lot 3 – Chemicals and Solvents
  • Reference: 3
  • Num offers: 7
  • Value: £225,000
  • Contractor is an SME.
4 [Redacted] (Clare House)
  • Lot 4 – Lab Cleaning and Decontamination Materials
  • Reference: 4
  • Num offers: 7
  • Value: £100,000
  • Contractor is an SME.
5 [Redacted] (Clare House)
  • Lot 5 – Packaging
  • Reference: 5
  • Num offers: 7
  • Value: £175,000
  • Contractor is an SME.
6 [Redacted] (Clare House)
  • Lot 6 – Pipettes and Tips
  • Reference: 6
  • Num offers: 7
  • Value: £200,000
  • Contractor is an SME.
7 [Redacted] (Clare House)
  • Lot 7 – Crime Scene Material and Consumables
  • Reference: 7
  • Num offers: 7
  • Value: £150,000
  • Contractor is an SME.

Renewal Options

This contract will remain in place for an initial period of 3 years with the option to extend for a period up to and including twenty-four 24 months.

Award Criteria

Four qualitative criteria 35.0
PRICE 65.0

CPV Codes

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

Indicators

  • Options are available.
  • Award on basis of price.

Other 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 contract values listed are broad estimates only and include additional quantum for unforeseen demand and to future proof for additional potential. These values reflect the potential scale of the contract and take into account potential optional extension periods and the. uptake of potential optional services as detailed in the tender documents. 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.. . Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue..

Reference

Domains