
Market Leads & Opportunities
United Kingdom-Belfast: Clinical forensics equipment and supplies
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 069-130033/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Forensic Science Northern Ireland FSNI
Postal address: C/O 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Contact Person: Justice Sector Category Team
Email: Justice.CPD@finance-ni.gov.uk
Nuts code: 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: 700310 FSNI — supply and delivery of Human Quantification Real-Time PCR systems.
Reference number: 700310
II.1.2) Main CPV code: 33950000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Supply and delivery of Human Quantification Real-Time PCR systems.
II.1.5) Estimated total value:
Value excluding VAT: 750000.00 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
II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
Supply and delivery of Human Quantification Real-Time PCR systems.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:Option to extend for 3 years.
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: no
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: The figure indicated in II.1.5 and II.2.6 represents the upper limit of an estimated contract value which ranges from 450 000 GBP to 750 000 GBP. This range reflects the nature of the contract which is demand led and takes into account such changes to the scope/and or scale which may result from future operational requirements.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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: 2017-05-09 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:2018-05-09
IV.2.7) Conditions for opening tenders
Date: 2017-05-09 Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:April 2022.
IV.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 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 certificate. The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates..
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
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 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:2017-04-05
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >