Tender

705284450 - THE PROVISION OF TUBERCULOSIS TESTING USING THE T-SPOT TB ASSAY FOR ARMY RECRUITS

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

03 Oct 2022 at 10:23

Summary of the contracting process

The Ministry of Defence is seeking a contractor for the provision of Tuberculosis testing using the T-SPOT TB assay for army recruits. The contract involves testing approximately 400 Gurkha and 1,280 Foreign and Commonwealth recruits annually, starting in January 2023. The service includes transporting samples from 4 locations in England and providing results within one working week of sample collection. The procurement method is an open procedure (above threshold), with a tender period ending on 7th November 2022 and a contract period starting on 1st January 2023 until 31st December 2026.

This tender by the Ministry of Defence presents an opportunity for laboratory service providers, especially those with expertise in medical laboratory services. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are suitable for this procurement. Businesses located in regions such as British Oversea Territories, Channel Islands, Europe, Isle of Man, Rest of the World, and the United Kingdom can participate in this opportunity for growth and collaboration with the Ministry of Defence.

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

705284450 - THE PROVISION OF TUBERCULOSIS TESTING USING THE T-SPOT TB ASSAY FOR ARMY RECRUITS

Notice Description

CONTRACT FOR THE PROVISION OF TUBERCULOSIS TESTING USING THE T-SPOT TB ASSAY FOR ARMY RECRUITS The Authority has a requirement for Tuberculosis (TB) testing using the T-SPOT(r).TB assay, for approximately 400 Gurkha and 1,280 Foreign and Commonwealth recruits per annum. Initial testing is anticipated to commence in Jan 23 and will be repeated annually thereafter until the end of the contract. The Tenderer will be required to: a. Test for TB using the T-SPOT(r).TB assay b. Store blood samples 18-25degC and must not be refrigerated. c. Service to run 14.00 hrs Monday to Saturday. d. Transport samples from 4 location in England e. Provide the result in one working week of sample collection from the Authority's premises QUALITY STANDARDS The Tenderer shall need to comply with the following Quality Standards: a. Encompasses the principles contained within ISO 31000:2009/DIS31000. b. Compliant with Health and Safety at Work Act 1974 and Health Technical Memorandum 07-01 Safe management of healthcare waste. c. Compliant with the quality standards contained within ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). d. Compliant with National Institute for Health and Care Excellence (NICE) Guideline 33 for Tuberculosis Prevention, Diagnosis, Management and Service Organisation dated Jan 16. 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 - 946957706) 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-b5fd17-2dcb08be-0274-47f1-ab7c-6f75eb4defbc
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/72cce784-4666-4ed7-adcf-1c65aafe96b1
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

85145000 - Services provided by medical laboratories

Notice Value(s)

Tender Value
£336,428 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20223 years ago
Submission Deadline
7 Nov 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2023 - 31 Dec 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
MINISTRY OF DEFENCE
Contact Name
Lynn
Contact Email
lynn.wallace110@mod.gov.uk
Contact Phone
Not specified

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-b5fd17-2dcb08be-0274-47f1-ab7c-6f75eb4defbc-2022-10-03T11:23:40+01:00",
    "date": "2022-10-03T11:23:40+01:00",
    "ocid": "ocds-b5fd17-2dcb08be-0274-47f1-ab7c-6f75eb4defbc",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_317792/1109447",
        "title": "705284450 - THE PROVISION OF TUBERCULOSIS TESTING USING THE T-SPOT TB ASSAY FOR ARMY RECRUITS",
        "description": "CONTRACT FOR THE PROVISION OF TUBERCULOSIS TESTING USING THE T-SPOT TB ASSAY FOR ARMY RECRUITS The Authority has a requirement for Tuberculosis (TB) testing using the T-SPOT(r).TB assay, for approximately 400 Gurkha and 1,280 Foreign and Commonwealth recruits per annum. Initial testing is anticipated to commence in Jan 23 and will be repeated annually thereafter until the end of the contract. The Tenderer will be required to: a. Test for TB using the T-SPOT(r).TB assay b. Store blood samples 18-25degC and must not be refrigerated. c. Service to run 14.00 hrs Monday to Saturday. d. Transport samples from 4 location in England e. Provide the result in one working week of sample collection from the Authority's premises QUALITY STANDARDS The Tenderer shall need to comply with the following Quality Standards: a. Encompasses the principles contained within ISO 31000:2009/DIS31000. b. Compliant with Health and Safety at Work Act 1974 and Health Technical Memorandum 07-01 Safe management of healthcare waste. c. Compliant with the quality standards contained within ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). d. Compliant with National Institute for Health and Care Excellence (NICE) Guideline 33 for Tuberculosis Prevention, Diagnosis, Management and Service Organisation dated Jan 16. 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 - 946957706) 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": "2022-10-03T11:23:40+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85145000",
                "description": "Services provided by medical laboratories"
            }
        ],
        "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": 336428,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-11-07T10:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-01-01T00:00:00Z",
            "endDate": "2026-12-31T23:59:59Z"
        },
        "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/72cce784-4666-4ed7-adcf-1c65aafe96b1",
                "datePublished": "2022-10-03T11:23:40+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Defence Sourcing Portal",
                "url": "https://www.contracts.mod.uk/go/1164608501839D5EAB1A"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-188204",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services, DMS Whittington",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lynn",
                "email": "lynn.wallace110@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-188204",
        "name": "Ministry of Defence"
    }
}