Notice Information
Notice Title
DNA, Anthropology & Genealogy Services
Notice Description
The Ministry of Defence (MOD) Joint Casualty and Compassionate Centre (JCCC), Commemorative casework team are responsible for co-ordinating efforts to establish the identity of historic human remains recovered from battlefields and aircraft crash sites involving British service personnel and arranging a fitting burial. Anthropology and DNA analysis may be required to assist with confirming the identities of the remains where other methods have proved inconclusive. Genealogy services may also be required to assist in the identification process.
Lot Information
Lot 1
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.
Options: An option was included for the Authority at its discretion to extend beyond the 2 year contract in monthly or annual increments up to an additional 24 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031055
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015856-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71900000 - Laboratory services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £500,000 £500K-£1M
Notice Dates
- Publication Date
- 9 Jun 20223 years ago
- Submission Deadline
- 4 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 24 Apr 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- tina.cole757@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLOUCESTER
- Postcode
- N/A
- 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
- TLK13 Gloucestershire CC
-
- Local Authority
- Tewkesbury
- Electoral Ward
- Innsworth
- Westminster Constituency
- Tewkesbury
Further Information
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-h6vhtk-031055-2022-06-09T11:40:52+01:00",
"date": "2022-06-09T11:40:52+01:00",
"ocid": "ocds-h6vhtk-031055",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "702242451",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DNA, Anthropology & Genealogy Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
"mainProcurementCategory": "services",
"description": "The Ministry of Defence (MOD) Joint Casualty and Compassionate Centre (JCCC), Commemorative casework team are responsible for co-ordinating efforts to establish the identity of historic human remains recovered from battlefields and aircraft crash sites involving British service personnel and arranging a fitting burial. Anthropology and DNA analysis may be required to assist with confirming the identities of the remains where other methods have proved inconclusive. Genealogy services may also be required to assist in the identification process.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "An option was included for the Authority at its discretion to extend beyond the 2 year contract in monthly or annual increments up to an additional 24 months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "As detailed in the Tender Documents",
"type": "quality",
"description": "100"
},
{
"name": "As detailed in the Tender Documentation",
"type": "cost",
"description": "100"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK13"
},
{
"region": "UKK13"
}
],
"deliveryLocation": {
"description": "Gloucester"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.contracts.mod.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Any resultant contract will be subject to the conditions detailed in the 702242451 Contract Terms and Conditions, using MOD Standardised Contracting Template SC2. It also contains conditions relating to TUPE - It is the supplier's responsibility to consider whether or not TUPE applies to this re-let and to tender accordingly. Notwithstanding this, supplier's may wish to note that it is the Authority's view that TUPE is unlikely to be applicable as the contractor currently undertaking this task, Orchid Cellmark Ltd, has informed the Authority that no employees are in scope for transfer. The Authority shall not be liable for this opinion and it remains the supplier's responsibility to ensure that their tender takes full account of all the relevant circumstances of this contract re-let. Electronic trading - Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, purchasing and finance (CP&F) electronic procurement tool.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2022-03-04T10:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-06-30T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2022-03-04T10:00:00Z"
},
"bidOpening": {
"date": "2022-03-04T10:00:00Z",
"address": {
"streetAddress": "Defence Sourcing Portal"
},
"description": "The MOD Electronic Tendering process will apply"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-03-04T10:00:00Z"
},
"newValue": {
"date": "2022-03-16T12:00:00Z"
},
"where": {
"section": "IV.2.2"
}
},
{
"oldValue": {
"date": "2022-03-04T10:00:00Z"
},
"newValue": {
"date": "2022-03-16T12:00:00Z"
},
"where": {
"section": "IV.2.7"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-34066",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Gloucester",
"region": "UKK13",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Tina.Cole757@mod.gov.uk",
"url": "http://www.contracts.mod.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.contracts.mod.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-42384",
"name": "HOCS Commercial Business Partner 4",
"identifier": {
"legalName": "HOCS Commercial Business Partner 4"
},
"address": {
"streetAddress": "Innsworth House, Imjin Barracks, Innsworth, Gloucester GL3 1HW",
"locality": "Gloucester",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-55053",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Imjin Barracks, Innsworth",
"locality": "Gloucester",
"region": "UKK13",
"postalCode": "GL3 1HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tina.cole757@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.contracts.mod.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-55054",
"name": "Orchid Cellmark Ltd",
"identifier": {
"legalName": "Orchid Cellmark Ltd",
"id": "04045527"
},
"address": {
"streetAddress": "16 Blacklands Way",
"locality": "Abingdon",
"region": "UKJ14",
"postalCode": "OX14 1DY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-55055",
"name": "Business Partner 4",
"identifier": {
"legalName": "Business Partner 4"
},
"address": {
"streetAddress": "Head Office Commercial, Innsworth House, Imjin Barracks",
"locality": "Gloucester",
"postalCode": "GL3 1HW",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-55053",
"name": "Ministry of Defence"
},
"language": "en",
"awards": [
{
"id": "015856-2022-702242451-1",
"relatedLots": [
"1"
],
"title": "DNA, Anthropology & Genealogy Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-55054",
"name": "Orchid Cellmark Ltd"
}
]
}
],
"contracts": [
{
"id": "015856-2022-702242451-1",
"awardID": "015856-2022-702242451-1",
"title": "DNA, Anthropology & Genealogy Services",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2022-04-25T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}