Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
UK
Contact person: Miss Gill Astill
Telephone: +44 1513510461
E-mail: gill.astill@liverpool.gov.uk
NUTS: UKD7
Internet address(es)
Main address: http://www.liverpool.gov.uk
Address of the buyer profile: http://www.liverpool.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=d3cc5c69-da87-ef11-8130-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DNA, Drug and Alcohol Testing Services Framework
Reference number: DN747347
II.1.2) Main CPV code
85145000
II.1.3) Type of contract
Services
II.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)
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
DNA sampling and testing
II.2.2) Additional CPV code(s)
85145000
II.2.3) Place of performance
NUTS code:
UKD7
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/06/2025
End:
01/06/2029
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Drug and Alcohol sampling and testing
II.2.2) Additional CPV code(s)
85145000
II.2.3) Place of performance
NUTS code:
UKD7
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/06/2025
End:
01/06/2029
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Drug sampling and testing for Liverpool City Council Taxi Licensing Unit
II.2.2) Additional CPV code(s)
85145000
II.2.3) Place of performance
NUTS code:
UKD7
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/06/2025
End:
01/06/2029
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
21/03/2025
Local time: 12:05
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
21/02/2025