By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply and Delivery of DNA Profiling and Quantification Kits.

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Forensic Science Northern Ireland
Seapark, 151 Belfast Road
BT38 8PL Carrickfergus
UNITED KINGDOM
E-mail:

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Supply and Delivery of DNA Profiling and Quantification Kits.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
A framework for the supply and delivery of Dual Quantification Kits RT-PCR and ESS-compliant STR Profiling kits.
II.1.5)Common procurement vocabulary (CPV)

33950000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Lowest offer 1 500 000 and highest offer 1 900 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. 6 Pass/Fail Mandatory Criteria for each Lot. Weighting 0
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
PR 13384
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 155-270160 of 10.8.2013

Section V: Award of contract

Contract No: PR 13384 Lot title: FSNI - Supply and Delivery of DNA Profiling and Quantification Kits
V.1)Date of contract award decision:
7.10.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken
V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 1 900 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
This framework contract is for a period of 4 years and 3 suppliers have been appointed for each Lot. A secondary competiton will be held bi-annually for each Lot based on the lowest price submitted.
Contract Monitoring

The successful contractor's performance on the contract will be regularly monitored. Contractors' failing to deliver contract requirements is a serious matter. It means that 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 after a further 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. Further details on contract management can be found at: http://www.dfpni.gov.uk/pgn_0112.pdf

Section V: Award of Contract: Central Procurement Directorate cannot publish the names of the 3 successful tenderers for each Lot for security reasons. However, this information can be released to the Commission upon request.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Central Procurement Directorate
Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
E-mail:
Internet address: www.dfpni.gov.uk/cpd

Body responsible for mediation procedures

Central Procurement Directorate
Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD normally incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. No tenderers were unsuccessful in this competition.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
17.12.2013