Tender

PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

25 Aug 2022 at 10:00

Summary of the contracting process

The Ministry of Defence is seeking tenders for the provision of helminth screening testing for army recruits at Infantry Training Centre (ITC) Catterick Medical Centre. This procurement falls under the laboratory services category with additional classifications for miscellaneous health services and community health services. The contract value is £208,300 GBP, and the tender deadline is set for September 29, 2022. The contract period is planned to start on January 1, 2023, and end on December 31, 2025. The procurement method is an open procedure above the threshold, and the Ministry of Defence in England is the buyer authority.

This opportunity for helminth screening testing services presents a chance for businesses in the healthcare industry, particularly those involved in laboratory services, to expand their operations. Small and medium-sized enterprises and voluntary, community, and social enterprises are considered suitable for this tender. Compliance with quality standards such as ISO 31000:2009/DIS31000, the Health and Safety at Work Act 1974, and ISO15189:2012 is necessary. Additionally, adherence to cyber security controls specified in DEF Stan 05-138 is mandatory to do business with the Ministry of Defence at the defined high-risk level.

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

PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE

Notice Description

CONTRACT FOR THE PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE The Authority has a requirement for Helminths Screening Testing Services for the Gurkha recruitment intake of approximately 400 personnel annually. The Tenderer shall be required to provide the stool specimen pots and serology tubes for each recruit plus an extra 10% in case of repeats/breakages. The tests required are: a. Stool Concentration Culture (1 x test for each Patient) b. Stool Culture (1 x test for each patient) c. Stool PCR (1 x test for each patient) d. Strongyloides Elisa Antibody Test and frozen serum store (1 x test for each patient) The Tenderer shall be required to issue the results within the following timelines: a. Stool culture results will be submitted 7 working days after receipt of samples as normal. b. Strongyloides antibody results will be submitted within one month after receipt of samples as normal. c. Stool concentration results will be submitted 12 weeks after receipt of samples as normal. d. Stool PCR results will be submitted 20 weeks after receipt of samples QUALITY STANDARDS The Tender shall need to comply with the following Quality Standards: a. ISO 31000:2009/DIS31000. b. Health and Safety at Work Act 1974. c. Health Technical Memorandum 07-01 Safe management of healthcare waste. d. ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government's Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime Contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract. The Authority has determined the level of risk at High (Reference: RAR-819956375) as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-16735ca8-d2bf-4745-84b0-b49ec3991f92
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/6a924400-eb95-48be-81e4-56b84f4ab9ed
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

85 - Health and social work services


CPV Codes

71900000 - Laboratory services

85140000 - Miscellaneous health services

85323000 - Community health services

Notice Value(s)

Tender Value
£208,300 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Aug 20223 years ago
Submission Deadline
29 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2023 - 31 Dec 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
Not specified

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Further Information

Notice Documents

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-b5fd17-16735ca8-d2bf-4745-84b0-b49ec3991f92-2022-08-25T11:00:51+01:00",
    "date": "2022-08-25T11:00:51+01:00",
    "ocid": "ocds-b5fd17-16735ca8-d2bf-4745-84b0-b49ec3991f92",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_314898/1100985",
        "title": "PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE",
        "description": "CONTRACT FOR THE PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE The Authority has a requirement for Helminths Screening Testing Services for the Gurkha recruitment intake of approximately 400 personnel annually. The Tenderer shall be required to provide the stool specimen pots and serology tubes for each recruit plus an extra 10% in case of repeats/breakages. The tests required are: a. Stool Concentration Culture (1 x test for each Patient) b. Stool Culture (1 x test for each patient) c. Stool PCR (1 x test for each patient) d. Strongyloides Elisa Antibody Test and frozen serum store (1 x test for each patient) The Tenderer shall be required to issue the results within the following timelines: a. Stool culture results will be submitted 7 working days after receipt of samples as normal. b. Strongyloides antibody results will be submitted within one month after receipt of samples as normal. c. Stool concentration results will be submitted 12 weeks after receipt of samples as normal. d. Stool PCR results will be submitted 20 weeks after receipt of samples QUALITY STANDARDS The Tender shall need to comply with the following Quality Standards: a. ISO 31000:2009/DIS31000. b. Health and Safety at Work Act 1974. c. Health Technical Memorandum 07-01 Safe management of healthcare waste. d. ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government's Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime Contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract. The Authority has determined the level of risk at High (Reference: RAR-819956375) as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above",
        "datePublished": "2022-08-25T11:00:51+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85140000",
                "description": "Miscellaneous health services"
            },
            {
                "scheme": "CPV",
                "id": "85323000",
                "description": "Community health services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "DL9 3LS"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 208300,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-09-29T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-01-01T00:00:00Z",
            "endDate": "2025-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/6a924400-eb95-48be-81e4-56b84f4ab9ed",
                "datePublished": "2022-08-25T11:00:51+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Defence Sourcing Portal",
                "url": "https://www.contracts.mod.uk/go/811164510182D4133091"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-217509",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services,",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lynn",
                "email": "lynn.wallace110@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-217509",
        "name": "Ministry of Defence"
    }
}