Opportunity

HMPPS Drug Testing Products and Services

  • Ministry of Justice

F02: Contract notice

Notice reference: 2022/S 000-005354

Published 25 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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