Tender

DNA, Anthropology & DNA Services

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

04 Mar 2022 at 09:48

Tender

27 Jan 2022 at 13:41

Summary of the contracting process

The Ministry of Defence is seeking a contractor for a framework agreement focused on DNA, anthropology, and DNA services to analyse historic remains. This procurement is currently in the tender stage and is accessible through an open procedure. The submission deadline for tenders is set for 16 March 2022, with the contract period running from 21 May 2022 to 20 May 2024. This initiative falls under the laboratory services category and will predominantly take place within various locations, including Europe, Asia, North America, and Africa.

This contract presents significant opportunities for businesses specialising in forensic science, DNA analysis, and anthropological services, particularly those compliant with relevant international standards. Companies with capabilities in osteological analysis and DNA profiling, who are established and can handle sensitive historical data and remains, would be well-positioned to compete. As the work will be carried out on a call-off basis, businesses should be prepared for variable case loads with no guaranteed contracts, thus making it ideal for firms looking to expand their service offerings within the public sector.

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

DNA, Anthropology & DNA Services

Notice Description

The requirement is for a Framework agreement with a single operator call off contract where the MOD's JCCC is the only Authorised Demander. The Contractor must be complaint with the Forensic Science Society, ISO/IEC 17025:2017, ISO9001:2000 or other appropriate equivalent industry standards. The Contractor will be required to: - undertake anthropological and osteological analysis of historic remains; - obtain DNA profiles from remains (usually from teeth or bone samples); - undertake DNA profiling of the Y chromosome, to access the paternal lineage and mitochondrial DNA to determine the maternal lineage of human remains such a as bone and/or tissue samples (within 1 month of receiving a sample for Y and 2 months for mitochondrial); - provide advice on best possible living source of DNA profile for comparison purposes and genealogy if required; - provide DNA sampling kits to individuals who volunteer to provide a sample for comparison purposes; - analyse test results and compare them with the profile obtained from the historic sample; - retest samples at the request of the Authority and make recommendations as to alternative scientific methods to obtain DNA profiles for comparison where said profiles cannot initially be obtained. - produce various reports detailing their findings. The contractor must ensure that remains are handled in accordance with worldwide legislation and regulations, including data protection requirements. The contractor may be required to visit the location (in Europe, Asia, North America and Africa) where the recovered remains are held. The number of cases will vary depending on the number of remains recovered and therefore it is not possible to say how many cases the Authority will require the Contractor to undertake, however as a guide there have been 15 cases in the last 12 months. The contractor will be requested to undertake cases as required on a call- off basis. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Additional information: All documents associated with this procurement can be accessed free of charge on the Defence Sourcing Portal (DSP) https://contracts.mod.uk using Project number 702422451. Details of how to register on the DSP can be found at https://contracts.mod.uk/web/user-guide.html. Suppliers wishing to Tender for this requirement should submit their Tender on the DSP in accordance with the instructions contained in the Invitation to Tender documentation. Suppliers should also complete the Suitability Assessment Questions (SAQ) which are contained in the Qualification Envelope of project 702422451 on the DSP. These questions contain all the mandatory economic and financial grounds for rejection and the minimum levels of capacity and capability that are required to perform the contract. The SAQ is a pass/fail test for suitability and minimum levels of capability and capacity and suppliers who do not meet these minimum capability and capacity criteria will not pass to the Tender evaluation stage.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-bb22305b-db62-4eca-8fac-6f9aef4a36eb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ecf640ec-6c77-4748-9b29-4b3fb7744de8
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
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


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Mar 20223 years ago
Submission Deadline
16 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 May 2022 - 20 May 2024 2-3 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
GLOUCESTER
Postcode
GL3 1HW
Post Town
Gloucester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK73 Gloucestershire CC
Delivery Location
TLK South West (England)

Local Authority
Tewkesbury
Electoral Ward
Innsworth
Westminster Constituency
Tewkesbury

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-bb22305b-db62-4eca-8fac-6f9aef4a36eb-2022-03-04T09:48:07Z",
    "date": "2022-03-04T09:48:07Z",
    "ocid": "ocds-b5fd17-bb22305b-db62-4eca-8fac-6f9aef4a36eb",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_296381/1036652",
        "title": "DNA, Anthropology & DNA Services",
        "description": "The requirement is for a Framework agreement with a single operator call off contract where the MOD's JCCC is the only Authorised Demander. The Contractor must be complaint with the Forensic Science Society, ISO/IEC 17025:2017, ISO9001:2000 or other appropriate equivalent industry standards. The Contractor will be required to: - undertake anthropological and osteological analysis of historic remains; - obtain DNA profiles from remains (usually from teeth or bone samples); - undertake DNA profiling of the Y chromosome, to access the paternal lineage and mitochondrial DNA to determine the maternal lineage of human remains such a as bone and/or tissue samples (within 1 month of receiving a sample for Y and 2 months for mitochondrial); - provide advice on best possible living source of DNA profile for comparison purposes and genealogy if required; - provide DNA sampling kits to individuals who volunteer to provide a sample for comparison purposes; - analyse test results and compare them with the profile obtained from the historic sample; - retest samples at the request of the Authority and make recommendations as to alternative scientific methods to obtain DNA profiles for comparison where said profiles cannot initially be obtained. - produce various reports detailing their findings. The contractor must ensure that remains are handled in accordance with worldwide legislation and regulations, including data protection requirements. The contractor may be required to visit the location (in Europe, Asia, North America and Africa) where the recovered remains are held. The number of cases will vary depending on the number of remains recovered and therefore it is not possible to say how many cases the Authority will require the Contractor to undertake, however as a guide there have been 15 cases in the last 12 months. The contractor will be requested to undertake cases as required on a call- off basis. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Additional information: All documents associated with this procurement can be accessed free of charge on the Defence Sourcing Portal (DSP) https://contracts.mod.uk using Project number 702422451. Details of how to register on the DSP can be found at https://contracts.mod.uk/web/user-guide.html. Suppliers wishing to Tender for this requirement should submit their Tender on the DSP in accordance with the instructions contained in the Invitation to Tender documentation. Suppliers should also complete the Suitability Assessment Questions (SAQ) which are contained in the Qualification Envelope of project 702422451 on the DSP. These questions contain all the mandatory economic and financial grounds for rejection and the minimum levels of capacity and capability that are required to perform the contract. The SAQ is a pass/fail test for suitability and minimum levels of capability and capacity and suppliers who do not meet these minimum capability and capacity criteria will not pass to the Tender evaluation stage.",
        "datePublished": "2022-01-27T13:41:47Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "GL3 1HW"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "GL3 1HW"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-03-16T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-05-21T00:00:00+01:00",
            "endDate": "2024-05-20T23:59:59+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/ecf640ec-6c77-4748-9b29-4b3fb7744de8",
                "datePublished": "2022-01-27T13:41:47Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-03-04T09:48:07Z"
            },
            {
                "id": "2",
                "description": "Link to eSourcing Portal",
                "url": "https://contracts.mod.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-188456",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Innsworth House, Imjin Barracks, Innsworth",
                "locality": "Gloucester",
                "postalCode": "GL3 1HW",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Tina Cole",
                "email": "tina.cole757@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-188456",
        "name": "Ministry of Defence"
    }
}