Notice Information
Notice Title
DoJ FSNI Supply and Delivery of Extraction Kits and Consumables
Notice Description
The DNA Unit of Forensic Science Northern Ireland (FSNI) is currently validated under Home Office Regulations for the processing, sequencing and profiling of samples for the recovery of Human DNA profiles, to judicial standards. This provides the basis upon which FSNI is permitted to upload DNA Profiles to the UK National DNA Database (NDNADB). As a UK Forensic Science Provider (FSP) customer expectations are that FSNI be validated with the UK Home Office for the upload and searching of DNA profiles. FSNI are required to conduct adequate testing and monitoring of current processes via scientific validation to standards set and approved by UKAS. UKAS approve FSNI under ISO17025 for Testing Laboratories. Without the Accreditation of UKAS, FSNI would not be permitted to conduct the current DNA processes and FSNI would no longer be in a position to meet customer demands. The DNA Unit at FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).
Lot Information
Lot 1
The DNA Unit at FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).
Procurement Information
The DNA Unit of Forensic Science Northern Ireland (FSNI) is currently validated under Home Office Regulations for the processing, sequencing and profiling of samples for the recovery of Human DNA profiles, to judicial standards. This provides the basis upon which FSNI is permitted to upload DNA Profiles to the UK National DNA Database (NDNADB). As a UK Forensic Science Provider (FSP) customer expectations are that FSNI be validated with the UK Home Office for the upload and searching of DNA profiles. The Home Office require FSNI to hold Accreditation to current standards. The Home Office require all DNA suppliers, wishing to avail of NDNADB functions, to be Accredited by the United Kingdom Accreditation Service (UKAS). UKAS carry out inspection, testing and trials of Service Provision and Quality Assurance on behalf of the Home Office, thereby, giving the Home Office the confidence in FSNI processes and work standards to the expected level to meet Judicial Standards. FSNI are required to conduct adequate testing and monitoring of current processes via scientific validation to standards set and approved by UKAS. UKAS approve FSNI under ISO17025 for Testing Laboratories. Without the Accreditation of UKAS, FSNI would not be permitted to conduct the current DNA processes and FSNI would no longer be in a position to meet customer demands. The DNA Unit at FSNI have validated [WITHHELD] Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells). This validation has been accredited by UKAS as have the procedures for extraction. These procedures are covered by the Quality Management System at FSNI and are subject to both internal audit and method witness by UKAS during surveillance and re-accreditation visits. As such [WITHHELD] extraction kits and consumables provide a highly robust platform for the recovery of extracted DNA. [WITHHELD] Extraction kits and consumables are approved by the Home Office as meeting the required standards under NDNADB requirements. This Direct Award Contract (DAC) will allow FSNI to purchase Extraction Kits and Consumables directly from [WITHHELD, who] are the sole supplier and hold Intellectual Property Rights to these kits and consumables. By purchasing these kits FSNI will obtain a License Agreement under which FSNI will be allowed to utilise the data recovered for Judicial Purposes. FSNI have been processing DNA Profiles using [WITHHELD] for a number of years. It is a requirement that samples be matched between individuals, crime scenes and items. FSNI will not be in a position to use alternative kits for extraction as sample will no longer be reproduced to allow for such matching. Any alternative extraction kit would utilise different chemistries and the results could not be matched between a sample recovered using [WITHHELD] kits versus an alternative extraction kit. An extraction kit produces a DNA extract, which is a bulk sample of DNA, the quantity of DNA present will be dependent on many factors (including sample type, age and substrate). In order to provide a match under DNA requirements the sample must been seen as having been extracted and processed using similar protocols and chemistries. FSNI must be able to match sample taken today with samples taken many years ago, and potentially into the future.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029788
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004131-2021
- 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
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33954000 - Biological evidence collection kits
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £200,000 £100K-£500K
Notice Dates
- Publication Date
- 2 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 17 Feb 20215 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DOJ FORENSIC SCIENCE NORTHERN IRELAND (DOJ FSNI)
- 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
- TLN0D Antrim and Newtownabbey
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-029788-2021-03-02T12:57:52Z",
"date": "2021-03-02T12:57:52Z",
"ocid": "ocds-h6vhtk-029788",
"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 regularlymonitored (see Procurement Guidance Note 01/12 Contract Management: https://www.financeni. 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 levelsof 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 beissued with a notice of written warning and notice of unsatisfactory performance and this contract may beterminated.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 30/20",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DoJ FSNI Supply and Delivery of Extraction Kits and Consumables",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "33954000",
"description": "Biological evidence collection kits"
},
"mainProcurementCategory": "goods",
"description": "The DNA Unit of Forensic Science Northern Ireland (FSNI) is currently validated under Home Office Regulations for the processing, sequencing and profiling of samples for the recovery of Human DNA profiles, to judicial standards. This provides the basis upon which FSNI is permitted to upload DNA Profiles to the UK National DNA Database (NDNADB). As a UK Forensic Science Provider (FSP) customer expectations are that FSNI be validated with the UK Home Office for the upload and searching of DNA profiles. FSNI are required to conduct adequate testing and monitoring of current processes via scientific validation to standards set and approved by UKAS. UKAS approve FSNI under ISO17025 for Testing Laboratories. Without the Accreditation of UKAS, FSNI would not be permitted to conduct the current DNA processes and FSNI would no longer be in a position to meet customer demands. The DNA Unit at FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).",
"lots": [
{
"id": "1",
"description": "The DNA Unit at FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN0D"
}
],
"deliveryLocation": {
"description": "FSNI, Seapark, Carrickfergus, Co 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_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "The DNA Unit of Forensic Science Northern Ireland (FSNI) is currently validated under Home Office Regulations for the processing, sequencing and profiling of samples for the recovery of Human DNA profiles, to judicial standards. This provides the basis upon which FSNI is permitted to upload DNA Profiles to the UK National DNA Database (NDNADB). As a UK Forensic Science Provider (FSP) customer expectations are that FSNI be validated with the UK Home Office for the upload and searching of DNA profiles. The Home Office require FSNI to hold Accreditation to current standards. The Home Office require all DNA suppliers, wishing to avail of NDNADB functions, to be Accredited by the United Kingdom Accreditation Service (UKAS). UKAS carry out inspection, testing and trials of Service Provision and Quality Assurance on behalf of the Home Office, thereby, giving the Home Office the confidence in FSNI processes and work standards to the expected level to meet Judicial Standards. FSNI are required to conduct adequate testing and monitoring of current processes via scientific validation to standards set and approved by UKAS. UKAS approve FSNI under ISO17025 for Testing Laboratories. Without the Accreditation of UKAS, FSNI would not be permitted to conduct the current DNA processes and FSNI would no longer be in a position to meet customer demands. The DNA Unit at FSNI have validated [WITHHELD] Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells). This validation has been accredited by UKAS as have the procedures for extraction. These procedures are covered by the Quality Management System at FSNI and are subject to both internal audit and method witness by UKAS during surveillance and re-accreditation visits. As such [WITHHELD] extraction kits and consumables provide a highly robust platform for the recovery of extracted DNA. [WITHHELD] Extraction kits and consumables are approved by the Home Office as meeting the required standards under NDNADB requirements. This Direct Award Contract (DAC) will allow FSNI to purchase Extraction Kits and Consumables directly from [WITHHELD, who] are the sole supplier and hold Intellectual Property Rights to these kits and consumables. By purchasing these kits FSNI will obtain a License Agreement under which FSNI will be allowed to utilise the data recovered for Judicial Purposes. FSNI have been processing DNA Profiles using [WITHHELD] for a number of years. It is a requirement that samples be matched between individuals, crime scenes and items. FSNI will not be in a position to use alternative kits for extraction as sample will no longer be reproduced to allow for such matching. Any alternative extraction kit would utilise different chemistries and the results could not be matched between a sample recovered using [WITHHELD] kits versus an alternative extraction kit. An extraction kit produces a DNA extract, which is a bulk sample of DNA, the quantity of DNA present will be dependent on many factors (including sample type, age and substrate). In order to provide a match under DNA requirements the sample must been seen as having been extracted and processed using similar protocols and chemistries. FSNI must be able to match sample taken today with samples taken many years ago, and potentially into the future."
},
"awards": [
{
"id": "004131-2021-DOJDAC 30/20-1",
"relatedLots": [
"1"
],
"title": "DoJ FSNI Supply and Delivery of Extraction Kits and Consumables",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-7204",
"name": "As per Regulation 50(6)(a) - information withheld for security reasons"
}
]
}
],
"parties": [
{
"id": "GB-FTS-7203",
"name": "DoJ Forensic Science Northern Ireland (DoJ FSNI)",
"identifier": {
"legalName": "DoJ Forensic Science Northern Ireland (DoJ FSNI)"
},
"address": {
"streetAddress": "c/o Construction & Procurement Delivery, Clare House, 303 Airport Road West",
"locality": "Belfast",
"region": "UKN0D",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "justice.cpd@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"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-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": "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"
]
}
],
"buyer": {
"id": "GB-FTS-7203",
"name": "DoJ Forensic Science Northern Ireland (DoJ FSNI)"
},
"contracts": [
{
"id": "004131-2021-DOJDAC 30/20-1",
"awardID": "004131-2021-DOJDAC 30/20-1",
"title": "DoJ FSNI Supply and Delivery of Extraction Kits and Consumables",
"status": "active",
"value": {
"amount": 200000,
"currency": "GBP"
},
"dateSigned": "2021-02-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}