DoJ FSNI Supply and Delivery of Extraction Kits and Consumables

A Contract Award Notice
by DOJ FORENSIC SCIENCE NORTHERN IRELAND (DOJ FSNI)

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£200K
Sector
HEALTH
Published
02 Mar 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

FSNI, Seapark, Carrickfergus, Co Antrim

Geochart for 1 buyers and 1 suppliers

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).

Award Detail

1 [Redacted] (None)
  • DoJ FSNI Supply and Delivery of Extraction Kits and Consumables
  • Reference: dojdac 30/20
  • Value: £200,000

Award Criteria

price _

CPV Codes

  • 33954000 - Biological evidence collection kits

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains