Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Gloucester
Country
United Kingdom
NUTS code
UKK13 - Gloucestershire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DNA, Anthropology & Genealogy Services
Reference number
702242451
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK13 - Gloucestershire
Main site or place of performance
Gloucester
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option will be 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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) 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 con
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
4 March 2022
Local time
10:00am
Changed to:
Date
16 March 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 June 2022
four.2.7) Conditions for opening of tenders
Date
4 March 2022
Local time
10:00am
Place
Defence Sourcing Portal
Information about authorised persons and opening procedure
The MOD Electronic Tendering process will apply
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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.
six.4) Procedures for review
six.4.1) Review body
HOCS Commercial Business Partner 4
Innsworth House, Imjin Barracks, Innsworth, Gloucester GL3 1HW
Gloucester
Country
United Kingdom