Supply and Delivery of QIAGEN Extraction Kits and Consumables
A Voluntary Ex-Ante Transparency (VEAT) Notice
by DOJ FORENSIC SCIENCE NORTHERN IRELAND DOJ FSNI
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- not specified
- Value
- £200K
- Sector
- HEALTH
- Published
- 26 Jan 2021
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Forensic Science NI, Seapark, Carrickfergus, Co Antrim
2 buyers
1 supplier
- [Redacted] None
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.
Total Quantity or Scope
FSNI require Extraction Kits and Consumables for the extraction of DNA from various sample types (blood, semen, saliva, hair and skin cells).
Award Detail
1 | [Redacted] (None)
|
CPV Codes
- 33954000 - Biological evidence collection kits
Indicators
Legal Justification
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.
Other 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.
Reference
- FTS 001537-2021