Tender

CAF339-22 DNA paternity testing

  • Cafcass

F02: Contract notice

Notice identifier: 2022/S 000-018969

Procurement identifier (OCID): ocds-h6vhtk-0350c2

Published 11 July 2022, 6:09pm



Section one: Contracting authority

one.1) Name and addresses

Cafcass

3rd Floor, 21 Bloomsbury Street

London

WC1B 3HF

Contact

Cafcass Procurement Team

Email

procurement@cafcass.gov.uk

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://www.cafcass.gov.uk

Buyer's address

https://www.cafcass.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/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

Email

melissa.smith@cafcass.gov.uk

Country

United Kingdom