Award

DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis

DOJ FORENSIC SCIENCE NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

14 Sep 2021 at 10:40

Award

01 Sep 2021 at 09:12

Summary of the contracting process

The Department of Justice (DoJ) Forensic Science Northern Ireland is in the process of procuring high purity helium cylinders with a Built In Purification System (BIPS) through a limited procurement method. The contract titled "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis" was awarded on 14th September 2021, with an estimated value of £170,000. The award procedure was carried out without prior publication of a call for competition, identifying the need for high purity helium for critical laboratory instrumentation used in sensitive forensic analyses. The delivery location is specified as Forensic Science Northern Ireland, Seapark, Carrickfergus, County Antrim, UK.

This procurement presents significant opportunities for businesses specialising in high-purity gases, particularly those that can supply BIPS cylinders, which are essential for maintaining the integrity of forensic analysis equipment. Companies with capabilities in producing patented high-purity gas solutions would be particularly well-suited to engage in these tenders, given that the procurement rationale highlights the lack of alternative suppliers due to the unique technology involved. Additionally, suppliers should be prepared for strict performance monitoring, ensuring compliance with high standards set by the DoJ, which may lead to long-term partnerships for consistent gas supply in forensic settings.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis

Notice Description

FSNI are establishing a Direct Award Contract for the supply of cylinders of helium gas with a Built In Purification System (BIPS).

Lot Information

Lot 1

FSNI are establishing a Direct Award Contract for the supply of cylinders of helium gas with a Built In Purification System (BIPS). The instrumentation set up in a number of labs across FSNI demands high purity helium in order to avoid unnecessary maintenance, repair and down time. The instrumentation in question is highly sensitive and can be easily damaged by small impurities being allowed to enter these systems, potentially resulting in loss of results, days of down time for additional maintenance and in some cases expensive repair costs and engineer visits. The instrumentation which requires this high purity helium is used across FSNI and is used in case work. It is imperative that the purity of the gas does not compromise case work results. The issue of constant purity can be eliminated using cylinders that incorporate a Built In Purification System (BIPS Cylinders). The complex analytical instrumentation used across FSNI has a direct impact on casework turnaround times, target dates and SLAs with FSNI's customers. The availability of this instrumentation is business critical for priority 1 or urgent casework and unnecessary down time could not be tolerated by the organisation.

Procurement Information

FSNI first tested the market for Helium with BIPS in 2013 when they tendered for the Supply & Delivery of Gases, this product had to be removed from the tender specification as only one supplier was permitted to supply Helium BIPS. Horizon scanning has continued since then to understand whether there may be an alternative in provision that could provide the same level of purity required and recent market sounding has confirmed that there remains no alternative to the patented product offered by the designated supplier. BIPS cylinders are exclusive to the designated supplier, who developed and own the Built In Purification System. They have this system patented, therefore no other supplier can offer the same or similar products. All public procurements should comply with NI Public Procurement Policy (NIPPP) and Managing Public Money NI. The value of this Direct Award Contract (DAC) is above the relevant threshold and therefore the Public Contracts Regulations 2015 (as amended) apply. There are derogations under the regulations to award a contract to a single supplier where the supplies or services can only be supplied by a particular supplier for any of the following reasons:- Where competition is absent for technical reasons (regulation 32(2)(b)(ii); or i) For reasons connected with the protection of exclusive rights, including intellectual property rights (regulation 32(2)(b)(iii)) but only where no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. In this case as the BIPS system is patented and is further essential to provide the critical quality and purity of gases required for FSNI instrumentation. In applying the regulation 32 derogation, CPD, on behalf of FSNI, published a voluntary transparency notice in the Find a Tender Service (FTS) Official Journal (the UK's EU Journal equivalent). This notice was published at least 10 days before the intended contract award date. FSNI did not enter into or sign any contract document ahead of the issue of the agreed CPD award letter.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02dbab
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022784-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

24 - Chemical products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

24111300 - Helium

44612100 - Gas cylinders

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£170,000 £100K-£500K

Notice Dates

Publication Date
14 Sep 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DOJ FORENSIC SCIENCE NORTHERN IRELAND
Contact Name
Not specified
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland, TLN0F Mid and East Antrim

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
2
Supplier Names

AS PER REGULATION 50(6)(A) - INFORMATION WITHHELD FOR SECURITY REASONS

INFORMATION WITHHELD FOR SECURITY REASONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02dbab-2021-09-14T11:40:30+01:00",
    "date": "2021-09-14T11:40:30+01:00",
    "ocid": "ocds-h6vhtk-02dbab",
    "description": "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 estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof. There is no guarantee of any level of business under this contract. The estimate is not deemed to be a condition 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 (see Procurement Guidance Note 01/12 Contract Management: https://www.finance-ni.Gov.uk/sites/default/ files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF ). 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 yearsfrom the date of issue of the notice.",
    "initiationType": "tender",
    "tender": {
        "id": "DOJDAC 18/21",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "44612100",
            "description": "Gas cylinders"
        },
        "additionalClassifications": [
            {
                "scheme": "CPVS",
                "id": "44612100-LA21",
                "description": "For laboratory use"
            }
        ],
        "mainProcurementCategory": "goods",
        "description": "FSNI are establishing a Direct Award Contract for the supply of cylinders of helium gas with a Built In Purification System (BIPS).",
        "lots": [
            {
                "id": "1",
                "description": "FSNI are establishing a Direct Award Contract for the supply of cylinders of helium gas with a Built In Purification System (BIPS). The instrumentation set up in a number of labs across FSNI demands high purity helium in order to avoid unnecessary maintenance, repair and down time. The instrumentation in question is highly sensitive and can be easily damaged by small impurities being allowed to enter these systems, potentially resulting in loss of results, days of down time for additional maintenance and in some cases expensive repair costs and engineer visits. The instrumentation which requires this high purity helium is used across FSNI and is used in case work. It is imperative that the purity of the gas does not compromise case work results. The issue of constant purity can be eliminated using cylinders that incorporate a Built In Purification System (BIPS Cylinders). The complex analytical instrumentation used across FSNI has a direct impact on casework turnaround times, target dates and SLAs with FSNI's customers. The availability of this instrumentation is business critical for priority 1 or urgent casework and unnecessary down time could not be tolerated by the organisation.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "24111300",
                        "description": "Helium"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0F"
                    }
                ],
                "deliveryLocation": {
                    "description": "Forensic Science Northern Ireland, Seapark, Carrickfergus, County Antrim"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "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 regarding alleged breaches of the Public Contracts Regulations 2015.",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "FSNI first tested the market for Helium with BIPS in 2013 when they tendered for the Supply & Delivery of Gases, this product had to be removed from the tender specification as only one supplier was permitted to supply Helium BIPS. Horizon scanning has continued since then to understand whether there may be an alternative in provision that could provide the same level of purity required and recent market sounding has confirmed that there remains no alternative to the patented product offered by the designated supplier. BIPS cylinders are exclusive to the designated supplier, who developed and own the Built In Purification System. They have this system patented, therefore no other supplier can offer the same or similar products. All public procurements should comply with NI Public Procurement Policy (NIPPP) and Managing Public Money NI. The value of this Direct Award Contract (DAC) is above the relevant threshold and therefore the Public Contracts Regulations 2015 (as amended) apply. There are derogations under the regulations to award a contract to a single supplier where the supplies or services can only be supplied by a particular supplier for any of the following reasons:- Where competition is absent for technical reasons (regulation 32(2)(b)(ii); or i) For reasons connected with the protection of exclusive rights, including intellectual property rights (regulation 32(2)(b)(iii)) but only where no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. In this case as the BIPS system is patented and is further essential to provide the critical quality and purity of gases required for FSNI instrumentation. In applying the regulation 32 derogation, CPD, on behalf of FSNI, published a voluntary transparency notice in the Find a Tender Service (FTS) Official Journal (the UK's EU Journal equivalent). This notice was published at least 10 days before the intended contract award date. FSNI did not enter into or sign any contract document ahead of the issue of the agreed CPD award letter."
    },
    "awards": [
        {
            "id": "021564-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-3219",
                    "name": "Information withheld for security reasons"
                }
            ]
        },
        {
            "id": "022784-2021-DOJDAC 18/21-1",
            "relatedLots": [
                "1"
            ],
            "title": "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-7204",
                    "name": "As per Regulation 50(6)(a) - information withheld for security reasons"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-27047",
            "name": "DoJ Forensic Science Northern Ireland",
            "identifier": {
                "legalName": "DoJ Forensic Science Northern Ireland"
            },
            "address": {
                "streetAddress": "c/o Construction & Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UKN0F",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.justice-ni.gov.uk/topics/forensic-science/forensic-science-northern-ireland",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3219",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "Information withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3220",
            "name": "See VI.4.3 / Review procedure",
            "identifier": {
                "legalName": "See VI.4.3 / Review procedure"
            },
            "address": {
                "locality": "See VI.4.3 / Review procedure",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-7204",
            "name": "As per Regulation 50(6)(a) - information withheld for security reasons",
            "identifier": {
                "legalName": "As per Regulation 50(6)(a) - information withheld for security reasons"
            },
            "address": {
                "locality": "As per Regulation 50(6)(a) - information withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-27047",
        "name": "DoJ Forensic Science Northern Ireland"
    },
    "contracts": [
        {
            "id": "021564-2021-1",
            "awardID": "021564-2021-1",
            "title": "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis",
            "status": "active",
            "value": {
                "amount": 170000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-01T00:00:00+01:00"
        },
        {
            "id": "022784-2021-DOJDAC 18/21-1",
            "awardID": "022784-2021-DOJDAC 18/21-1",
            "title": "DoJ FSNI Purchase of Helium BIPS for Instrumental Analysis",
            "status": "active",
            "value": {
                "amount": 170000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-14T00:00:00+01:00"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}