Contract

DoJ FSNI Supply and Delivery of Extraction Kits and Consumables

  • DoJ Forensic Science Northern Ireland (DoJ FSNI)

F03: Contract award notice

Notice identifier: 2021/S 000-004131

Procurement identifier (OCID): ocds-h6vhtk-029788

Published 2 March 2021, 12:57pm



Section one: Contracting authority

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

UKN0D - Antrim and Newtownabbey

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

DoJ FSNI Supply and Delivery of 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.

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).

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
  • UKN0D - Antrim and Newtownabbey
Main site or place of performance

FSNI, Seapark, Carrickfergus, Co Antrim

two.2.4) Description of the procurement

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).

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

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

Explanation:

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.

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

Contract No

DOJDAC 30/20

Title

DoJ FSNI Supply and Delivery of Extraction Kits and Consumables

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 February 2021

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

As per Regulation 50(6)(a) - information withheld for security reasons

As per Regulation 50(6)(a) - information withheld for security reasons

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

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

Total value of the contract/lot: £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.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.

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.4.3) 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.