Award

ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)

FORENSIC SCIENCE NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

10 Apr 2025 at 08:45

Tender

20 Jan 2025 at 12:55

Summary of the contracting process

The Northern Ireland Department of Justice is conducting a procurement process for the Forensic Science Northern Ireland (FSNI) titled "ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)." This procurement, classified under clinical forensics equipment and supplies, is focused on goods for the maintenance, supply, and delivery of portable Multi Wavelength Light Sources. The contracting process, initiated on 20th January 2025, includes monitoring and optional services over potential contract periods of up to 10 years. The tender period will close on 20th February 2025, and interested suppliers must submit their bids electronically by the deadline specified.

This tender represents a significant opportunity for businesses specialising in laboratory, optical, and precision equipment, particularly those capable of supplying and maintaining detection and analysis apparatus. Companies that can offer strong contract management and product support, as well as competitive pricing, are well-suited to compete. The procurement process offers the chance to secure long-term business contracts with the FSNI, aiding in business growth and expansion into the forensic science sector within Northern Ireland.

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

ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)

Notice Description

FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.

Lot Information

Lot 1

FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.

Options: The contract will remain in place for an initial period of two years with one optional extension of up to 3 years and a further optional extension of up to 5 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d49f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014164-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

38 - Laboratory, optical and precision equipments (excl. glasses)

51 - Installation services (except software)


CPV Codes

33950000 - Clinical forensics equipment and supplies

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38430000 - Detection and analysis apparatus

51430000 - Installation services of laboratory equipment

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£300,000 £100K-£500K

Notice Dates

Publication Date
10 Apr 202510 months ago
Submission Deadline
20 Feb 2025Expired
Future Notice Date
Not specified
Award Date
6 Apr 202510 months 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
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
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

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-04d49f-2025-04-10T09:45:00+01:00",
    "date": "2025-04-10T09:45:00+01:00",
    "ocid": "ocds-h6vhtk-04d49f",
    "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 contract values listed are broad estimates only and include additional quantum for unforeseen demand and. to future proof for additional potential. These values reflect the potential scale of the contract and take into account potential optional. extension periods and the. uptake of potential optional services as detailed in the tender documents. 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.. . Contract Monitoring. The. successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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. three years from the date of issue..",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04d49f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID5631539 - DoJ - FSNI - The Supply and Repair of Multi Wavelength Light Sources (MWLS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33950000",
            "description": "Clinical forensics equipment and supplies"
        },
        "mainProcurementCategory": "goods",
        "description": "FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "FSNI wish to establish a contract for the supply, delivery and maintenance of 3 portable Multi Wavelength Light Sources (MWLS). The contract will commence upon commissioning of the equipment to the satisfaction of FSNI. Contractors must provide a minimum of a 12 month warranty. The contract will also allow for optional extended warranty for 9 further years if required.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 - Contract Management and Product Support",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "AC2 - Total Contract Price",
                            "type": "cost",
                            "description": "90"
                        }
                    ]
                },
                "value": {
                    "amount": 300000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will remain in place for an initial period of two years with one optional extension of up to 3 years and a further optional extension of up to 5 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51430000",
                        "description": "Installation services of laboratory equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-20T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-05-21T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-20T15:30:00Z"
        },
        "bidOpening": {
            "date": "2025-02-20T15:30:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-71082",
            "name": "Forensic Science Northern Ireland",
            "identifier": {
                "legalName": "Forensic Science Northern Ireland"
            },
            "address": {
                "streetAddress": "c/o CPD, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.justice-ni.gov.uk/topics/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-22455",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-116625",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "N/A",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-21775",
            "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.",
            "identifier": {
                "legalName": "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."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-71082",
        "name": "Forensic Science Northern Ireland"
    },
    "language": "en",
    "awards": [
        {
            "id": "014164-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-116625",
                    "name": "Information withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "014164-2025-1-1",
            "awardID": "014164-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 300000,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}