Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Stephen.Greiff1@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html?_ncp=1447666295648.181749-1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html?_ncp=1447666295648.181749-1
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HMPPS Drug Testing Products and Services
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
HMPPS works with partners to carry out the sentences given by the courts, either in custody or the community.
HMPPS reduce reoffending by rehabilitating the people in its care by working with them to address their offending related needs, developing their strengths and enhancing opportunities to access education and employment.
HMPPS delivers the Government's vision and investment to make prisons places of safety and reform and ensuring probation services support the rehabilitation of offenders while protecting the public.
Drug testing is a key strategic tool in tackling substance misuse in both custody and the community. The testing of prisoners and people on probation for illicit use of substances are long standing instruments used to measure the prevalence of drug use within the criminal justice system and to help manage risk of harm and reoffending.
The Authority is managing this procurement in accordance with its general obligations under EU law and specifically in accordance with the Open Procedure set out in the Public Contracts Regulations 2015.
This procurement will be in the form of a Lotted Procurement with two Lots. The Lots are as follows:
Lot 1 - the provision of Drug Testing: Laboratory Analysis Products, Services and Prevalence Testing.
Lot 2 - the provision of Drug Testing: Point of Care Testing Equipment and Associated Services.
The expectation under each Lot is further described in the relevant Specification and procurement documents on the procurement portal via the link set out above.
two.1.5) Estimated total value
Value excluding VAT: £106,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders are able to submit Tender Responses for both Lot 1 and Lot 2 and may be awarded both Lots if they are the successful bidder for both.
two.2) Description
two.2.1) Title
Lot 1 - the provision of Drug Testing: Laboratory Analysis Products, Services and Prevalence Testing.
Lot No
1
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
National
two.2.4) Description of the procurement
Lot 1 requires a single Supplier or entity to provide Laboratory Analysis Products, Services and Prevalence Testing in order to help HMPPS achieve the ability to test individuals for illicit use of substances and measure the prevalence of drug use within the criminal justice system. HMPPS requires a Supplier that is able to offer innovation and continuous improvement, including, but not limited to, exploring the use of wastewater analysis to identify illicit substances throughout the Contract Term.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £72,550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
61
This contract is subject to renewal
Yes
Description of renewals
Extension option of 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension option of 24 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
HMPPS requires a Supplier that is able to offer innovation and continuous improvement, including, but not limited to, exploring the use of wastewater analysis to identify illicit substances throughout the Contract Term.
two.2) Description
two.2.1) Title
Lot 2 - the provision of Drug Testing: Point of Care Testing Equipment and Associated Services.
Lot No
2
two.2.2) Additional CPV code(s)
- 38544000 - Drug detection apparatus
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Lot 2 requires a single Supplier or entity to provide Point of Care Testing (POCT) Equipment and Associated Services in order to help HMPPS achieve the ability to test individuals for illicit use of substances. HMPPS requires a Supplier that is able to offer innovation and continuous improvement throughout the Contract Term.
Further detail as to the requirements of this lot is set out in the relevant Specification and the procurement documents which can be found on the procurement portal at the abovementioned URL address.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
61
This contract is subject to renewal
Yes
Description of renewals
Extension option of up to 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to 24 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Further detail as to the requirements under this Lot are further described in the relevant Specification and procurement documents on the procurement portal found at the abovementioned URL address.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-029752
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 April 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 May 2023
four.2.7) Conditions for opening of tenders
Date
4 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The description of the Goods and Services required under each Lot is further described in the relevant Specification and procurement documents available on the procurement portal which can be accessed by following the URL address above. For the avoidance of doubt, in respect of Lot 1 in particular, the Authority intends to consider innovative solutions for the testing of drugs and the prevalence of drugs in the criminal justice system during the Contract Term.
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom