Provide Forensic Scientific Support and Reporting to the Service Police
The provision of a forensic scientific support and reporting service to the service police in pursuance of investigations worldwide.
United Kingdom-Andover: Medical analysis services
2019/S 138-340344
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Army HQ Commercial, D Res, IDL 437, Zone 8, 2nd Floor, Ramillies Building, Marlborough Lines, Monxton Road
Andover
SP11 8HJ
United Kingdom
Contact person: Lindsay McGavin
Telephone: +44 1264381976
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
Fax: +44 1264381218
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Forensic Scientific Support and Reporting to the Service Police
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of a forensic scientific support and reporting service to the service police in pursuance of investigations worldwide.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
SOUTH EAST (ENGLAND).
II.2.4)Description of the procurement:
1) The contract will be for the provision of a forensic scientific support and reporting service to the service police in pursuance of investigations worldwide.
2) The forensic service will be required in support of service police enquiries covering all levels of investigation through the spectrum of minor, volume to major crime as per the Army Forces Act 2006, in support of the service justice system;
3) The forensic service must provide a 24-hour, 7 day a week consultation capability as well as have the capability to deploy experts to any scene worldwide, including operational areas within an agreed time frame determined on a case by case basis. In urgent cases the deployment may be necessary within 24 hours of the original request. This may include an actual or potential requirement for the provider to deploy on operations;
4) Where appropriate and required services, including those sub-contracted, should be provided in accordance with the following source documents:
(a) the forensic regulator codes of practice and conduct for forensic service providers and practitioners in the criminal justice system;
(b) BS EN ISO/IEC 17025; 2005 — 2017, general requirements for the competence and testing and calibration laboratories;
(c) BS EN ISO/IEC 17020; 2012 conformity assessment. Requirements for the operations of various types of bodies performing inspection;
(d) IILAC – G19:2002, guidelines for forensic science laboratories;
(e) HMG Security Policy Framework, 2014;
(f) comply with extant and any future policy and legislation requirements for providing expert witness evidence e.g. Rule 33.2 Criminal Procedures Rules.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Possible 1-year option period 1.11.2022 – 31.10.2023.
II.2.13)Information about European Union funds
II.2.14)Additional information
Tender submission and evaluation details can be found at Section D to DEFFORM 47.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Must be an accredited forensic service provider. services must be carried out in accordance with the forensic regulator’s codes of practice and conduct for forensic service providers and practitioners in the criminal justice system.
III.1.2)Economic and financial standing
Potential suppliers are to provide a response to be submitted on the Defence Contracts Online (DCO) by completing the Supplier Assessment Questionnaire (SAQ). Details to access the SAQ can be found under ‘Advertising Regime OJEU’. Potential Suppliers are required to complete the SAQ to provide information that allows the Authority to evaluate the suppliers capacities and capabilities.
Responses to all questions in Part 1 of the SAQ are to be marked on a pass/fail basis. Suppliers that are assessed as having failed any of these questions will not be invited to tender for this requirement. Questions 5.6.1 and 5.6.2 in Part 2 of the SAQ will be evaluated using the following scoring matrix:
— 0 = Unacceptable,
— 1 = Serious concerns,
— 2 = Minor concerns,
— 3 = Confidence,
— 5 = High confidence.
A minimum score of 3 is required against each question. Suppliers that do not achieve these minimum scores will not be invited to tender for this requirement.
Deadline for completion of the SAQ is 9:30 on 3.9.2019.
The suppliers’ financial ability to meet this requirement will be assessed on a risk basis and the financial information provided in response to Part 1: economic and financial standing for this procurement will be evaluated by the authority. Factors that will be taken into consideration include:
— turnover,
— profitability,
— liquidity and working capital,
— debt,
— cash flow.
The Authority will also examine the financial health of the immediate and ultimate parent of the supplier where it is part of a group.
When assessing the financial health of an organisation the Authority will also take into consideration any auditor’s opinion, for example qualifications or emphasis of matter statements.
The authority’s opinion may be validated using companies house and credit agencies such as company watch. Suppliers may be asked to provide further information.
If examination of the financial information exposes the potential for a supplier to experience financial difficulty in performing the contract, then the authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a pass or fail risk marking.
Pass: A low or medium financial risk assessment as evaluated by the Authority.
Fail: A high unacceptable level of financial risk as evaluated by the Authority
Must pass all questions within the SAQ with a minimum score of 3 for each question 5.6.1 and 5.6.2.
III.1.3)Technical and professional ability
Suppliers are to provide a response in line with the SAQ.
Must pass all questions within the SAQ with a minimum score of 3 for each question 5.6.1 and 5.6.2.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Andover.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2019717-DCB-15110674
VI.4.1)Review body
Andover
United Kingdom
Telephone: +44 1264381976
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
Fax: +44 1264381218
VI.4.2)Body responsible for mediation procedures
Andover
United Kingdom
Telephone: +44 1264381976
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
Fax: +44 1264381218
VI.4.4)Service from which information about the review procedure may be obtained
Andover
United Kingdom
Telephone: +44 1264381976
E-mail: ArmyComrcl-T1-Mailbox@mod.gov.uk
Fax: +44 1264381218
VI.5)Date of dispatch of this notice: