Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Stephen Greiff
Stephen.Greiff1@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
one.3) Communication
Additional information can be obtained from 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
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
The Authority wishes to obtain information from the market in relation to an upcoming procurement for the provision of Drug Testing Products and Services.
The Authority intends to undertake a procurement for two (2) Lots, starting late April/early May 2023, as follows:
Lot 1 Drug Testing Laboratory Analysis, Products and Services
Lot 2 Drug Testing Point of Care Testing (POCT) Products and Associated Services.
Further detail is provided in this Prior Information Notice and supplementary information to this notice.
The Authority also intends to hold a market engagement event via MS Teams on Thursday 30th March 2023. Suppliers can register interest by completing a MS Forms survey following the link below.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Lot 1 Drug Testing Laboratory Analysis, Products and Services
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
England and Wales
two.2.4) Description of the procurement
The scope of Lot 1: Drug Testing: Laboratory Analysis Goods, Services and Prevalence Testing covers the laboratory analysis goods and services required to deliver the following HMPPS drug testing programmes:
a) Mandatory Drug Testing (MDT) in prisons (urine sampling)
b) Drug Testing in APs (urine sampling)
c) Drug Testing on Licence (ToL) in probation offices (oral fluid sampling)
d) Drug Testing on Drug Rehabilitation Requirements (DRR) or Problem-Solving Courts (PSC) pilot in probation offices (oral fluid sampling)
e) Studies into the prevalence of drugs within all prison and probation settings (utilising sampling from programmes (a-d))
Across all drug testing programmes, no personal identifiers can be shared with suppliers, and therefore the supplier must operate a system using anonymised identifiers to enable prison and probation staff to link results to individuals.
It is vital that the Authority can access reliable, high quality customer support and technical advice in relation to all drug testing programmes. This includes acting as an expert witness when required to do so.
The Authority requires access to monthly data returns covering laboratory testing volumes and results for all testing programmes.
two.2) Description
two.2.1) Title
Lot 2 Drug Testing Point of Care Testing (POCT) Products 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
England and Wales
two.2.4) Description of the procurement
The scope of Lot 2: Point of Care Testing Products and Associated Services covers the products required to deliver Voluntary Drug Testing (VDT) in prisons.
The Authority uses oral fluid point of care testing for all VDT. The level of proof required by VDT is based on the “balance of probabilities”, and as such the results are not used for evidential purposes. VDT results are used to develop support opportunities, generate risk reviews of individuals and to support decision-making.
To be effective, it is vital that point of care VDT products provide rapid results in an operational environment (e.g. within 20 minutes) in a format that minimises the need for user interpretation. Products must place minimal demands on staff collecting samples and be as non-invasive as possible without compromising accuracy of analysis.
The Authority are keen to use VDT products to test for as broad a range of drugs as possible.
two.3) Estimated date of publication of contract notice
24 April 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Interested parties are invited to complete a survey by following the link below:
Interested parties can also register to attend a market engagement event on Thursday 30th March 2023 using the above link.