Award

DoJ FSNI Y-Str Profiling Kits for Use Within the Biology/DNA Workstreams

FORENSIC SCIENCE NORTHERN IRELAND

This public procurement record has 1 release in its history.

Award

27 Apr 2022 at 08:34

Summary of the contracting process

The procurement process revolves around a contract awarded by Forensic Science Northern Ireland (FSNI) for the supply of Y-STR Profiling Kits, essential for biological and DNA workstreams. The contract, identified as DAC 35/22, is part of the goods category, with an estimated value of £200,000. The procurement method employed was a limited procedure, specifically an award without prior publication of a call for competition, reflecting the technical constraints that necessitated this approach. The contract was signed on 6 April 2022, after being duly processed within the framework of the UK public procurement regulations.

This tender presents a significant opportunity for businesses in the clinical forensics equipment sector, particularly those experienced in providing specialised supplies for forensic analysis. Given the nature of the contract, companies already engaged in Y-STR analysis and those with the capability to deliver compliant and high-quality forensic products could find themselves well-positioned to participate in future tenders. The streamlined approach taken by FSNI reflects an ongoing need for reliable suppliers who can seamlessly integrate with existing forensic systems and contribute to advancing forensic science in the region.

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 Y-Str Profiling Kits for Use Within the Biology/DNA Workstreams

Notice Description

Y-STR analysis has become well established in Forensic casework in the UK and Ireland, including all laboratories within the Association of Forensic Science Providers, of which FSNI is a member. To this end, FSNI have decided to launch a local Y-STR service.

Lot Information

Lot 1

Y-STR analysis has become well established in Forensic casework in the UK and Ireland, including all laboratories within the Association of Forensic Science Providers, of which FSNI is a member. To this end, FSNI have decided to launch a local Y-STR service.

Procurement Information

This application fulfils the general grounds 2b (ii): 'competition is absent for technical reasons', as not awarding the contract directly to [WITHHELD] will result in: 1. FSNI losing the wealth of experience already built by the other main FSPs who use this technique routinely in case-work. If FSNI were to employ the alternative [WITHHELD] kit, FSNI would need to build this experience locally over time, therefore reducing the immediate and ongoing effectiveness to the Northern Ireland CJS. 2. FSNI having a reduced input to, and benefit from, joint research projects involving the other main FSPs on Y-STR analysis and interpretation will be extremely limited. Projects of this kind are very useful for providing supporting data to the evidence presented in Court. 3. Discriminatory power of FSNI database searches being reduced on the forthcoming FINDS (Home Office) database as the alternative [WITHHELD] system will not be fully compatible with this database. 4. Using [WITHHELD] there would be no reduction in the statistical power when calculations to estimate the occurrence of a profile in the general population are carried out using the forthcoming 10,000 sample survey from FINDS. For the [WITHHELD] system which will not be fully compatible with this database there will be a reduction. 5. Modifications will be required to the forthcoming FINDS (Home Office) database to allow Y-STR profiles obtained from the [WITHHELD] system to be loaded. This will have additional costs and time constraints associated with it. This application also fulfils the general grounds (iii): 'the protection of exclusive rights, including intellectual property rights', as [WITHHELD] is the sole supplier of the [WITHHELD] kit.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0330c3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010789-2022
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

33950000 - Clinical forensics equipment and supplies

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
27 Apr 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
5 Apr 20223 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
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

AS PER REGULATION 50(6)(A) - 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-0330c3-2022-04-27T09:34:50+01:00",
    "date": "2022-04-27T09:34:50+01:00",
    "ocid": "ocds-h6vhtk-0330c3",
    "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.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 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.",
    "initiationType": "tender",
    "tender": {
        "id": "DAC 35/22",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ FSNI Y-Str Profiling Kits for Use Within the Biology/DNA Workstreams",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33950000",
            "description": "Clinical forensics equipment and supplies"
        },
        "mainProcurementCategory": "goods",
        "description": "Y-STR analysis has become well established in Forensic casework in the UK and Ireland, including all laboratories within the Association of Forensic Science Providers, of which FSNI is a member. To this end, FSNI have decided to launch a local Y-STR service.",
        "lots": [
            {
                "id": "1",
                "description": "Y-STR analysis has become well established in Forensic casework in the UK and Ireland, including all laboratories within the Association of Forensic Science Providers, of which FSNI is a member. To this end, FSNI have decided to launch a local Y-STR service.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "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": "This application fulfils the general grounds 2b (ii): 'competition is absent for technical reasons', as not awarding the contract directly to [WITHHELD] will result in: 1. FSNI losing the wealth of experience already built by the other main FSPs who use this technique routinely in case-work. If FSNI were to employ the alternative [WITHHELD] kit, FSNI would need to build this experience locally over time, therefore reducing the immediate and ongoing effectiveness to the Northern Ireland CJS. 2. FSNI having a reduced input to, and benefit from, joint research projects involving the other main FSPs on Y-STR analysis and interpretation will be extremely limited. Projects of this kind are very useful for providing supporting data to the evidence presented in Court. 3. Discriminatory power of FSNI database searches being reduced on the forthcoming FINDS (Home Office) database as the alternative [WITHHELD] system will not be fully compatible with this database. 4. Using [WITHHELD] there would be no reduction in the statistical power when calculations to estimate the occurrence of a profile in the general population are carried out using the forthcoming 10,000 sample survey from FINDS. For the [WITHHELD] system which will not be fully compatible with this database there will be a reduction. 5. Modifications will be required to the forthcoming FINDS (Home Office) database to allow Y-STR profiles obtained from the [WITHHELD] system to be loaded. This will have additional costs and time constraints associated with it. This application also fulfils the general grounds (iii): 'the protection of exclusive rights, including intellectual property rights', as [WITHHELD] is the sole supplier of the [WITHHELD] kit."
    },
    "awards": [
        {
            "id": "010789-2022-DAC 35/22-1",
            "relatedLots": [
                "1"
            ],
            "title": "DoJ FSNI Y-Str Profiling Kits for Use Within the Biology/DNA Workstreams",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-7204",
                    "name": "As per Regulation 50(6)(a) - information withheld for security reasons"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-51187",
            "name": "Forensic Science Northern Ireland",
            "identifier": {
                "legalName": "Forensic Science Northern Ireland"
            },
            "address": {
                "streetAddress": "c/o Construction & Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UKN",
                "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-51188",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures"
            },
            "address": {
                "locality": "The UK does not have any special review body with responsibility for appeal/mediation procedures",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-51187",
        "name": "Forensic Science Northern Ireland"
    },
    "contracts": [
        {
            "id": "010789-2022-DAC 35/22-1",
            "awardID": "010789-2022-DAC 35/22-1",
            "title": "DoJ FSNI Y-Str Profiling Kits for Use Within the Biology/DNA Workstreams",
            "status": "active",
            "value": {
                "amount": 200000,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-06T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}