Scope
Reference
715683456
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.
Key Requirements
The Contractor must be compliant with the Forensic Science Society or other appropriate industry standards including ISO/IEC 17025:2017 (General Requirements for the Competence of Testing and Calibration Laboratories) and IS09001:2000 (Quality Management Systems).
The Contractor will be required to obtain DNA profiles from both human remains (teeth or bone samples) and individuals who volunteer to provide a comparison sample.
The Contractor must be able to undertake DNA profiling of the Y chromosome, to access the paternal lineage and mitochondrial DNA (mtDNA) 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 mtDNA).
The Contractor must have the resources and expertise to process and obtain DNA profiles for the Authority and produce a report within the time frames specified. (Whilst the number of profiles required will vary depending on casework volumes the estimated requirement will be for comparison tests on between 10 and 100 sets of remains per year):
The Contractor must be able to visit any global location deemed safe to travel to by FCDO, to undertake either a basic or full anthropological, osteological and genetic analysis of remains within 2 months of requesting. If the remains are co-mingled, the contractor will be expected to sort the skeletons into individuals, where possible, to make identification easier. The Contractor must be able to obtain the most effective DNA sample typically from teeth or long bones from recovered remains.
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.
Commercial tool
Establishes a framework
Total value (estimated)
- £416,666.67 excluding VAT
- £500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2028
- Possible extension to 30 April 2030
- 4 years
Description of possible extension:
In this contract there will be 2x1 year extension options where the Authority can enact at their discretion.
Options
The right to additional purchases while the contract is valid.
In this contract there will be 2x1 year extension options where the Authority can enact at their discretion.
Main procurement category
Services
CPV classifications
- 71900000 - Laboratory services
Contract locations
- UK - United Kingdom
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
0%
Framework operation description
This contract will be with one supplier, where tasks will be called-off on an adhoc basis.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
As detailed on the Defence Sourcing Portal Qualification Envelope.
Technical ability conditions of participation
As detailed on the Defence Sourcing Portal Qualification Envelope, where suppliers will be required to demonstrate that they or the nominted supply chain have the techincal capability/capacity to fulfill the requirement .
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
9 February 2026, 10:00am
Tender submission deadline
17 February 2026, 10:00am
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 13 November 2027
Award criteria
| Name | Type |
|---|---|
| Value for Money Index | Cost |
Weighting description
Value for Money Index (where the technical score will be divided by the price)
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
A review of the supply market shows that although there is the provision of DNA services, like paternity testing by several suppliers, there is a low number of suppliers that can meet the specific forensic services sought after by the Authority. This market is oligopolistic. Because of this, and low engagement of previous renditions of this contract, the Authority believes there is no need to conduct preliminary engagement for this requirement.
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
Imjin Barracks, Innsworth Lane
Gloucester
GL3 1 HW
United Kingdom
Email: DefComrcl-HOBP4Team@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKK13 - Gloucestershire
Organisation type: Public authority - central government