web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Carrickfergus: ID 4384469 DoJ FSNI DNA Extraction and Profiling Kits

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-024098/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Forensic Science Northern Ireland FSNI
Postal address: 151 Belfast Road
Town: Carrickfergus
Postal code: BT38 8PL
Country: United Kingdom
Email: SSDAdmin.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:
electronically via:
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: ID 4384469 DoJ FSNI DNA Extraction and Profiling Kits

Reference number: ID 4384469
II.1.2) Main CPV code: 33950000
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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.1.5) Estimated total value:
Value excluding VAT: 5900000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:8
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:There has been a division into 8 ‘lots’ which consists of three Contractual lots. Lots 1 and 2 are Contract Lot 1. Lots 3-5 are Contract Lot 2. Lots 6-8 are Contract Lot 3. The Contracting Authority reserves the right not to award any or all lots.

II.2) Description
II.2.1) Title: Lot 1 Casework Extraction Kits – Kit A Enhanced DNA Extraction

Lot No:1
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 720000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 1 Casework Extraction Kits – Kit B Complementary Purification

Lot No:2
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 180000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples – Proposed Kit 1

Lot No:3
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3250000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples – Proposed Kit 2

Lot No:4
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3250000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 2 Profiling Kits – Subject / Direct Amplification Stream Samples – Proposed Kit 3

Lot No:5
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3250000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 3 Profiling Kits – Case Work Stream Samples – Proposed Kit 1

Lot No:6
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 3 Profiling Kits – Case Work Stream Samples – Proposed Kit 2

Lot No:7
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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.2.1) Title: Lot 3 Profiling Kits – Case Work Stream Samples – Proposed Kit 3

Lot No:8
II.2.2) Additional CPV code(s)
33900000, 33000000

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, 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. This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and, due to the urgency and nature of the kits, will be carried out using the Accelerated Open procedure.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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: There are two options to extend (for any period up to and including 3 years then 2 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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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: 2022-09-19 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:2023-03-18
IV.2.7) Conditions for opening tenders
Date: 2022-09-19 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
VI.3) Additional information:
Due to the urgency and nature of the kits, this procurement will be carried out using the Accelerated Open procedure. This procedure is set out under Regulation 27(5) – Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent. . . 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court of Justice in Northern Ireland, Royal Courts of Justice
Town: Belfast
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all Economic Operators.

VI.5) Date of dispatch of this notice:2022-08-30