Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Miss Gill Astill
Telephone
+44 1513510461
Country
United Kingdom
Region code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
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