Section one: Contracting authority
one.1) Name and addresses
Cafcass
3rd Floor, 21 Bloomsbury Street
London
WC1B 3HF
Contact
Cafcass Procurement Team
Country
United Kingdom
NUTS code
UKC - North East (England)
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/Opportunities/Index?tabName=opportunities&resetFilter=True
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/Opportunities/Index?tabName=opportunities&resetFilter=True
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CAF339-22 DNA paternity testing
Reference number
DN618711
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
CAFCASS is seeking a provider for DNA testing. The Provider must be on the Government list of accredited testing laboratories at the time of tender submission and throughout the life of the contract. Details of how to obtain accreditation are available at: https://www.gov.uk/get-laboratory-accreditation-to-carry-out-paternity-tests
As a national service, the Authority has a network of offices staffed by Family Court Advisors who routinely meet with children and families as part of their case work. At these offices suitably trained Cafcass officers [as set out in The Blood Tests (Evidence of Paternity) (Amendment) Regulations 2015] will supervise the self-collection of samples with mouth swabs. For the purposes of this specification this is known as ‘Pathway A’. ‘Pathway A has previously been the Authority’s standard approach to testing. ‘Pathway B’ where the Provider is responsible for sample collection has also previously been used for exceptional use. The Authority is now seeking a model where either pathway can be utilised depending on service requirements. The Authority will retain responsibility for determining the appropriate pathway per sample collection. The successful provider must have the capacity and capability to make available sample collection through their own network of sample collectors for use as agreed with the Authority. Please note a sampler (sample collector) is defined as a person trained by the tester (provider), or under arrangements made by the tester (provider) as set out in The Blood Tests (Evidence of Paternity) (Amendment) Regulations 2015].
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
CAFCASS is seeking a provider for DNA testing. The Provider must be on the Government list of accredited testing laboratories at the time of tender submission and throughout the life of the contract. Details of how to obtain accreditation are available at: https://www.gov.uk/get-laboratory-accreditation-to-carry-out-paternity-tests
As a national service, the Authority has a network of offices staffed by Family Court Advisors who routinely meet with children and families as part of their case work. At these offices suitably trained Cafcass officers [as set out in The Blood Tests (Evidence of Paternity) (Amendment) Regulations 2015] will supervise the self-collection of samples with mouth swabs. For the purposes of this specification this is known as ‘Pathway A’. ‘Pathway A has previously been the Authority’s standard approach to testing. ‘Pathway B’ where the Provider is responsible for sample collection has also previously been used for exceptional use. The Authority is now seeking a model where either pathway can be utilised depending on service requirements. The Authority will retain responsibility for determining the appropriate pathway per sample collection. The successful provider must have the capacity and capability to make available sample collection through their own network of sample collectors for use as agreed with the Authority. Please note a sampler (sample collector) is defined as a person trained by the tester (provider), or under arrangements made by the tester (provider) as set out in The Blood Tests (Evidence of Paternity) (Amendment) Regulations 2015].
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
28 November 2022
End date
27 November 2025
This contract is subject to renewal
Yes
Description of renewals
1 x 12 month extension available after the initial 36 months.
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.1.8) 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
11 August 2022
Local time
4:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 August 2022
Local time
4:00pm
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
Cafcass
3rd Floor, 21 Bloomsbury Street
London
WC1B 3HF
Country
United Kingdom