Award

Supply and Delivery of QIAGEN Extraction Kits and Consumables

  • DoJ Forensic Science Northern Ireland DoJ FSNI

F15: Voluntary ex ante transparency notice

Notice identifier: 2021/S 000-001537

Procurement identifier (OCID): ocds-h6vhtk-028d57

Published 26 January 2021, 12:40pm



Section one: Contracting authority/entity

one.1) Name and addresses

DoJ Forensic Science Northern Ireland DoJ FSNI

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.justice-ni.gov.uk/topics/forensic-science/forensic-science-northern-ireland

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of QIAGEN Extraction Kits and Consumables

Reference number

DOJDAC 30/20

two.1.2) Main CPV code

  • 33954000 - Biological evidence collection kits

two.1.3) Type of contract

Supplies

two.1.4) Short 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.

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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £200,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN13 - Antrim and Newtownabbey
Main site or place of performance

Forensic Science NI, Seapark, Carrickfergus, Co Antrim

two.2.4) Description of the procurement

FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

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 QIAGEN 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 QIAGEN extraction kits and consumables provide a highly robust platform for the recovery of extracted DNA.

QIAGEN Extraction kits and consumables are approved by the Home Office as meeting the required standards under NDNADB requirements.

This DAC is being requested to allow FSNI to purchase QIAGEN Extraction Kits and Consumables directly from QIAGEN. QIAGEN 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. This License is required as without it FSNI would be in breach of legislation under which QIAGEN could challenge the data recovered as in breach of the conditions for use of their Intellectual Property, such a challenge would diminish the validity of results produced by FSNI.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Title

Supply and Delivery of QIAGEN Extraction Kits and Consumables

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

11 January 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Information withheld for security reasons

Information withheld for security reasons

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
Internet address

https://www.finance-ni.gov.uk/topics/procurement

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £200,000

Total value of the contract/lot/concession: £200,000


Section six. Complementary information

six.3) Additional information

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.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 years from the date of issue of the notice.

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 / Review procedure

See VI.4.3 / Review procedure

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3 / Review procedure

See VI.4.3 / Review procedure

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.

six.4.4) Service from which information about the review procedure may be obtained

See VI.4.3 / Review procedure

See VI.4.3 / Review procedure

Country

United Kingdom