Tender

DNA, Drug and Alcohol Testing Services Framework

  • Liverpool City Council

F02: Contract notice

Notice identifier: 2025/S 000-006524

Procurement identifier (OCID): ocds-h6vhtk-04e5d7

Published 21 February 2025, 9:18am



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Miss Gill Astill

Email

gill.astill@liverpool.gov.uk

Telephone

+44 1513510461

Country

United Kingdom

Region code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=d3cc5c69-da87-ef11-8130-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=d3cc5c69-da87-ef11-8130-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DNA, Drug and Alcohol Testing Services Framework

Reference number

DN747347

two.1.2) Main CPV code

  • 85145000 - Services provided by medical laboratories

two.1.3) Type of contract

Services

two.1.4) Short description

You are invited by Liverpool City Council on behalf of the Liverpool City Region to submit a tender for inclusion on a Framework Agreement for DNA, Drugs and Alcohol Testing Services.

The framework will be available for the use of Liverpool City Council and all Liverpool City Region Local Authorities including Sefton Borough Council, Wirral Borough Council, St Helens Borough Council, Knowsley Metropolitan Borough Council and Halton Borough Council.

The Liverpool City Region Local Authorities must meet a range of statutory obligations to ensure that decisions about children are made using robust information. Often this information is obtained through a range of forensic tests and expert assessments to support care planning decisions.

Forensic testing (a term used to cover DNA, drug and alcohol testing) are used to help inform decision making, particularly in regard to the safeguarding of children. These tests are typically carried out before going to court, during care proceedings or are ordered by the court.

The Framework will be broken down as follows:

Lot 1: DNA Testing (Adults, Children’s and Legal Services)

Lot 2: Drug & Alcohol Testing (Adults, Children’s and Legal Services)

Lot 3: Drug Testing (LCC Taxi Licensing Unit)

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

DNA sampling and testing

Lot No

1

two.2.2) Additional CPV code(s)

  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

The service will be required to provide DNA, drug, and alcohol testing via usual methods (e.g. hair, blood, saliva, and urine), as appropriate and as directed by collaborating authority representatives. All sample collection and subsequent testing must be to approved Family Court standards and follow strict procedures to maintain chain of custody.

Any laboratory used in the testing of samples must be a UKAS accredited laboratory to ISO 17025 standards.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 June 2025

End date

1 June 2029

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: No

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) Description

two.2.1) Title

Drug and Alcohol sampling and testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

The service will be required to provide DNA, drug, and alcohol testing via usual methods (e.g. hair, blood, saliva, and urine), as appropriate and as directed by collaborating authority representatives. All sample collection and subsequent testing must be to approved Family Court standards and follow strict procedures to maintain chain of custody.

Any laboratory used in the testing of samples must be a UKAS accredited laboratory to ISO 17025 standards.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 June 2025

End date

1 June 2029

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: No

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) Description

two.2.1) Title

Drug sampling and testing for Liverpool City Council Taxi Licensing Unit

Lot No

3

two.2.2) Additional CPV code(s)

  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

The service will be required to provide drug testing via usual methods (e.g. hair, blood, saliva, and urine), as appropriate and as directed by Liverpool City Council Licensing authority representatives.

Any laboratory used in the testing of samples must be a UKAS accredited laboratory to ISO 17025 standards.

THIS LOT IS FOR SERVICE PROVISION TO LIVERPOOL CITY COUNCIL ONLY

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 June 2025

End date

1 June 2029

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: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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 several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

Date

21 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom