Tender

DNA, Anthropology & Genealogy Services

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-002492

Procurement identifier (OCID): ocds-h6vhtk-031055

Published 27 January 2022, 10:45pm



The closing date and time has been changed to:

16 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Gloucester

Email

tina.cole757@mod.gov.uk

Country

United Kingdom

NUTS code

UKK13 - Gloucestershire

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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