{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-16735ca8-d2bf-4745-84b0-b49ec3991f92-2022-08-25T11:00:51+01:00",
    "date": "2022-08-25T11:00:51+01:00",
    "ocid": "ocds-b5fd17-16735ca8-d2bf-4745-84b0-b49ec3991f92",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_314898/1100985",
        "title": "PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE",
        "description": "CONTRACT FOR THE PROVISION OF HELMINTH SCREENING TESTING, FOR ARMY RECRUITS AT INFANTRY TRAINING CENTRE (ITC) CATTERICK MEDICAL CENTRE The Authority has a requirement for Helminths Screening Testing Services for the Gurkha recruitment intake of approximately 400 personnel annually. The Tenderer shall be required to provide the stool specimen pots and serology tubes for each recruit plus an extra 10% in case of repeats/breakages. The tests required are: a. Stool Concentration Culture (1 x test for each Patient) b. Stool Culture (1 x test for each patient) c. Stool PCR (1 x test for each patient) d. Strongyloides Elisa Antibody Test and frozen serum store (1 x test for each patient) The Tenderer shall be required to issue the results within the following timelines: a. Stool culture results will be submitted 7 working days after receipt of samples as normal. b. Strongyloides antibody results will be submitted within one month after receipt of samples as normal. c. Stool concentration results will be submitted 12 weeks after receipt of samples as normal. d. Stool PCR results will be submitted 20 weeks after receipt of samples QUALITY STANDARDS The Tender shall need to comply with the following Quality Standards: a. ISO 31000:2009/DIS31000. b. Health and Safety at Work Act 1974. c. Health Technical Memorandum 07-01 Safe management of healthcare waste. d. ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). 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-819956375) 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": "2022-08-25T11:00:51+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85140000",
                "description": "Miscellaneous health services"
            },
            {
                "scheme": "CPV",
                "id": "85323000",
                "description": "Community health services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "DL9 3LS"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 208300,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-09-29T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-01-01T00:00:00Z",
            "endDate": "2025-12-31T23:59:59Z"
        },
        "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/6a924400-eb95-48be-81e4-56b84f4ab9ed",
                "datePublished": "2022-08-25T11:00:51+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Defence Sourcing Portal",
                "url": "https://www.contracts.mod.uk/go/811164510182D4133091"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-217509",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services,",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lynn",
                "email": "lynn.wallace110@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-217509",
        "name": "Ministry of Defence"
    }
}