CAF339-22 DNA paternity testing

Award

Buyers

Value

£0

Classifications

  • Laboratory services

Tags

  • award

Submission Deadline

3 years ago

Published

2 years ago

Description

'The Authority'  CAFCASS and CAFCASS CYMRU  is seeking a provider for DNA testing services in England and Wales. 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 FCAs 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]. 

Details of this opportunity can be found on Pro-Contract 
https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

Similar Contracts

Open

Asbestos Surveys, Testing and Services and Asbestos Abatement Works

This tender comprises two national lots, both in relation to Asbestos Services/Works, as detailed below: Lot 1: Asbestos Surveying and Testing Services: • Carrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements • Carrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works • Providing survey data and documents to ensure TGP asset management system is updated • Carrying out air monitoring services following asbestos abatement works • Leading on asbestos incidents and acting as first point of call to triage incidents Lot 2: Asbestos Abatement Works: • Carrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works • Providing completion packs to ensure TGP asset management system can be updated Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.

Katy Reed

Published 1 week ago
Open

DNA, Anthropology & Genealogy Services

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.

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Cafcass Procurement Team

[email protected]

3004564000

Timeline complete

Publish
Bid
Evaluate
Award
Complete