Notice Information
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 will be paid if a tender or resulting framework agreement is withdrawn for any reason.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.
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/ecf640ec-6c77-4748-9b29-4b3fb7744de8
4th March 2022 - Opportunity notice on Contracts Finder -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}