
Market Leads & Opportunities
United Kingdom-BELFAST: ID 4893840 – FSNI – Supply, Delivery and Maintenance of Forensic Laser Systems
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2024/S 000-000118/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Forensic Science Northern Ireland
Postal address: c/o CPD, 303 Airport Road West
Town: BELFAST
Postal code: BT3 9ED
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
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 4893840 – FSNI – Supply, Delivery and Maintenance of Forensic Laser Systems
II.1.2) Main CPV code: 38636100
II.1.3) Type of contract Supplies
II.1.4) Short 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).
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:240000.00
Currency:GBP
II.2) Description
II.2.1) Title: Supply and Maintenance of Blue Laser Systems
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 33950000
Main CPV code: 38000000
Main CPV code: 51430000
Main CPV code: 38430000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
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).
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of 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.
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: Supply and Maintenance of Green Laser Systems
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 33950000
Main CPV code: 38000000
Main CPV code: 51430000
Main CPV code: 38430000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
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).
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of 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.
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: Supply and Maintenance of Yellow Laser Systems
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 33950000
Main CPV code: 38000000
Main CPV code: 51430000
Main CPV code: 38430000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
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).
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of 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.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2023/S 000-024365
Section V: Award of contract
Contract No: 1
Lot No: 1
Title: Supply and Maintenance of Blue Laser Systems
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-01-02
V.2.2) Information about tenders
Number of tenders received:3
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:1
Number of tenders received by electronic means:3
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Withheld for Security Reasons
Town: Withheld for Security Reasons
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 80000.00
Total value of the contract/lot:80000.00
Currency:GBP
Contract No: 2
Lot No: 2
Title: Supply and Maintenance of Green Laser Systems
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-01-02
V.2.2) Information about tenders
Number of tenders received:3
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:1
Number of tenders received by electronic means:3
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Withheld for Security Reasons
Town: Withheld for Security Reasons
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 80000.00
Total value of the contract/lot:80000.00
Currency:GBP
Contract No: 3
Lot No: 3
Title: Supply and Maintenance of Yellow Laser Systems
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-01-02
V.2.2) Information about tenders
Number of tenders received:3
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:1
Number of tenders received by electronic means:3
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Withheld for Security Reasons
Town: Withheld for Security Reasons
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 80000.00
Total value of the contract/lot:80000.00
Currency:GBP
Section VI: Complementary information
VI.3) Additional 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. 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
Town: N/A
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended), and incorporated. a standstill period at the point information on the awards of the contracts was communicated to tenderers. Those notifications provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award decision before the contracts were entered into.
VI.5) Date of dispatch of this notice:
2024-01-03
More Opportunties
- United Kingdom-Belfast: Breast Pumps and Breast Milk Collection Sets [5180689]
17 Jun 25
Breast Pumps and Breast Milk Collection Sets [5180689]> > - United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> >