Tender

DNA, Anthropology & Genealogy Services

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

13 Nov 2025 at 16:48

Summary of the contracting process

The Ministry of Defence, a central government public authority in the United Kingdom, is undertaking an open procedure procurement for DNA, Anthropology, and Genealogy Services. This tender is active and situated in the UK, focusing on laboratory services under the CPV code 71900000. The procurement process is currently in the tender stage, with key dates including the tender period closing on 17th February 2026, and the award period expected to conclude on 30th April 2026. The contract is expected to commence on 1st May 2026 and run until 30th April 2028, with options for two additional one-year extensions. The procurement seeks suppliers capable of complying with industry standards like ISO/IEC 17025:2017 and ISO 9001:2000, facilitating forensic services necessary for identifying historic human remains.

This tender represents significant opportunities for businesses specialising in forensic DNA analysis, anthropology, and genealogy services, particularly those equipped to handle global operations as the contractor may need to travel to safe locations worldwide. Small and medium enterprises (SMEs) with robust technical capabilities and capacity to meet the stringent testing requirements set by the Ministry can benefit from participating. The estimated contract value is £500,000, with tasks under a framework agreement being called off on an ad-hoc basis, suggesting potential for steady work over the contract term for qualifying suppliers.

How relevant is this notice?

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. Key Requirements The Contractor must be compliant with the Forensic Science Society or other appropriate industry standards including ISO/IEC 17025:2017 (General Requirements for the Competence of Testing and Calibration Laboratories) and IS09001:2000 (Quality Management Systems). The Contractor will be required to obtain DNA profiles from both human remains (teeth or bone samples) and individuals who volunteer to provide a comparison sample. The Contractor must be able to undertake DNA profiling of the Y chromosome, to access the paternal lineage and mitochondrial DNA (mtDNA) 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 mtDNA). The Contractor must have the resources and expertise to process and obtain DNA profiles for the Authority and produce a report within the time frames specified. (Whilst the number of profiles required will vary depending on casework volumes the estimated requirement will be for comparison tests on between 10 and 100 sets of remains per year): The Contractor must be able to visit any global location deemed safe to travel to by FCDO, to undertake either a basic or full anthropological, osteological and genetic analysis of remains within 2 months of requesting. If the remains are co-mingled, the contractor will be expected to sort the skeletons into individuals, where possible, to make identification easier. The Contractor must be able to obtain the most effective DNA sample typically from teeth or long bones from recovered remains. 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.

Lot Information

Lot 1

Options: In this contract there will be 2x1 year extension options where the Authority can enact at their discretion.

Renewal: In this contract there will be 2x1 year extension options where the Authority can enact at their discretion.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e0dd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/073712-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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
£416,666 £100K-£500K
Lots Value
£416,666 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Nov 20253 weeks ago
Submission Deadline
17 Feb 20263 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2028 2-3 years
Recurrence
2027-11-13

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
defcomrcl-hobp4team@mod.gov.uk
Contact Phone
Not specified

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
Not specified

Local Authority
Tewkesbury
Electoral Ward
Innsworth
Westminster Constituency
Tewkesbury

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-h6vhtk-05e0dd-2025-11-13T16:48:47Z",
    "date": "2025-11-13T16:48:47Z",
    "ocid": "ocds-h6vhtk-05e0dd",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Imjin Barracks, Innsworth Lane",
                "locality": "Gloucester",
                "postalCode": "GL3 1 HW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "DefComrcl-HOBP4Team@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "planning": {
        "noEngagementNoticeRationale": "A review of the supply market shows that although there is the provision of DNA services, like paternity testing by several suppliers, there is a low number of suppliers that can meet the specific forensic services sought after by the Authority. This market is oligopolistic. Because of this, and low engagement of previous renditions of this contract, the Authority believes there is no need to conduct preliminary engagement for this requirement."
    },
    "tender": {
        "id": "715683456",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DNA, Anthropology & Genealogy 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. Key Requirements The Contractor must be compliant with the Forensic Science Society or other appropriate industry standards including ISO/IEC 17025:2017 (General Requirements for the Competence of Testing and Calibration Laboratories) and IS09001:2000 (Quality Management Systems). The Contractor will be required to obtain DNA profiles from both human remains (teeth or bone samples) and individuals who volunteer to provide a comparison sample. The Contractor must be able to undertake DNA profiling of the Y chromosome, to access the paternal lineage and mitochondrial DNA (mtDNA) 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 mtDNA). The Contractor must have the resources and expertise to process and obtain DNA profiles for the Authority and produce a report within the time frames specified. (Whilst the number of profiles required will vary depending on casework volumes the estimated requirement will be for comparison tests on between 10 and 100 sets of remains per year): The Contractor must be able to visit any global location deemed safe to travel to by FCDO, to undertake either a basic or full anthropological, osteological and genetic analysis of remains within 2 months of requesting. If the remains are co-mingled, the contractor will be expected to sort the skeletons into individuals, where possible, to make identification easier. The Contractor must be able to obtain the most effective DNA sample typically from teeth or long bones from recovered remains. 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 500000,
            "amount": 416666.67,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "This contract will be with one supplier, where tasks will be called-off on an adhoc basis."
            }
        },
        "submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60381",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-17T10:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-09T10:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 500000,
                    "amount": 416666.67,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Value for Money Index (where the technical score will be divided by the price)",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Value for Money Index"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed on the Defence Sourcing Portal Qualification Envelope."
                        },
                        {
                            "type": "technical",
                            "description": "As detailed on the Defence Sourcing Portal Qualification Envelope, where suppliers will be required to demonstrate that they or the nominted supply chain have the techincal capability/capacity to fulfill the requirement ."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2028-04-30T23:59:59+01:00",
                    "maxExtentDate": "2030-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "In this contract there will be 2x1 year extension options where the Authority can enact at their discretion."
                },
                "hasOptions": true,
                "options": {
                    "description": "In this contract there will be 2x1 year extension options where the Authority can enact at their discretion."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "073712-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/073712-2025",
                "datePublished": "2025-11-13T16:48:47Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2027-11-13T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}