Tender

Supply of Wet Forensic Services

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

21 Apr 2022 at 14:48

Summary of the contracting process

The City of London Corporation is currently inviting tenders for the "Supply of Wet Forensic Services," which falls under the laboratory services category. This procurement process is in the tender stage and will close on 24th May 2022. The contract, which has a total estimated value of £1,440,000 inclusive of VAT, is set to commence on 1st July 2022 and will run for 48 months, with a possible extension of up to 24 months. Interested parties must register on the electronic tendering system at www.capitalesourcing.com to submit their Qualification Envelope and Invitation to Tender (ITT) by the specified deadline.

This tender presents a significant growth opportunity for businesses specialising in forensic services, particularly in the areas of DNA analysis, drug identification, and toxicology. Companies in the investigation and security services sectors, as well as those providing laboratory services, would be particularly well-suited to compete. The open procedure allows for participation from a broad range of businesses, including SMEs, enhancing the potential for innovative solutions and healthy competition in fulfilling the City's forensic service needs.

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

Supply of Wet Forensic Services

Notice Description

The City invites tenders to provide a submission for the provision of Forensic Services under 3 Lots. Lot 1 - DNA PACE, Examination, Recovery and Profiling Lot 2 - Drug identification and Analysis Lot 3 - Toxicology Casework and Toxicology Analysis of Biological Samples The duration of the contract is 48 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 24 further months. The maximum length of the contract is therefore 72 months. Additional information: Please note that this procurement process is being undertaken using the electronic tendering system www.capitalesourcing.com.Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below. The estimated total value of the contract inclusive of VAT is stated in the Summary Information section of this notice and is for all three lots for the entire contract duration, including all optional extensions, together with all potential future needs as described within the tender documents. The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_ COL_ 19771. Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline. The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators. The procurement process that will apply to the requirement is specified in the procurement documents accordingly.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-211c8969-b783-42a1-b2a1-21b860c5b987
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/70921dae-6f8c-4fd9-93f6-2b555cda37ef
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
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services


CPV Codes

71900000 - Laboratory services

79700000 - Investigation and security services

85111810 - Blood analysis services

85148000 - Medical analysis services

Notice Value(s)

Tender Value
£1,440,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Apr 20223 years ago
Submission Deadline
24 May 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2022 - 30 Jun 2026 4-5 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
CITY OF LONDON CORPORATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
EC2P 2EJ
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
Not specified

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

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-b5fd17-211c8969-b783-42a1-b2a1-21b860c5b987-2022-04-21T15:48:10+01:00",
    "date": "2022-04-21T15:48:10+01:00",
    "ocid": "ocds-b5fd17-211c8969-b783-42a1-b2a1-21b860c5b987",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_290946/1024134",
        "title": "Supply of Wet Forensic Services",
        "description": "The City invites tenders to provide a submission for the provision of Forensic Services under 3 Lots. Lot 1 - DNA PACE, Examination, Recovery and Profiling Lot 2 - Drug identification and Analysis Lot 3 - Toxicology Casework and Toxicology Analysis of Biological Samples The duration of the contract is 48 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 24 further months. The maximum length of the contract is therefore 72 months. Additional information: Please note that this procurement process is being undertaken using the electronic tendering system www.capitalesourcing.com.Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below. The estimated total value of the contract inclusive of VAT is stated in the Summary Information section of this notice and is for all three lots for the entire contract duration, including all optional extensions, together with all potential future needs as described within the tender documents. The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_ COL_ 19771. Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline. The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators. The procurement process that will apply to the requirement is specified in the procurement documents accordingly.",
        "datePublished": "2022-04-21T15:48:10+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79700000",
                "description": "Investigation and security services"
            },
            {
                "scheme": "CPV",
                "id": "85111810",
                "description": "Blood analysis services"
            },
            {
                "scheme": "CPV",
                "id": "85148000",
                "description": "Medical analysis services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1440000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-05-24T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-07-01T00:00:00+01:00",
            "endDate": "2026-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/70921dae-6f8c-4fd9-93f6-2b555cda37ef",
                "datePublished": "2022-04-21T15:48:10+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Supply of Wet Forensic Services",
                "url": "https://www.capitalesourcing.com"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-189824",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall PO Box 270",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "Christina.Paraskevaidou@cityoflondon.gov.uk"
            },
            "details": {
                "url": "http://www.cityoflondon.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-189824",
        "name": "City of London Corporation"
    }
}