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