Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
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
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
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
Drugs Testing Service Provision and Point of Care Testing Devices
Reference number
ITT_8252
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
His Majesty’s Prison and Probation Service (HMPPS) on behalf of the Secretary of State for Justice (Ministry of Justice) is procuring Drug Testing Service Provision and Point of Care Test Devices to be delivered across its estate.
The scope of the Goods and Services includes the provision of laboratory analysis of Drugs in oral fluid and urine as required by Prisons, probation facilities and other Approved Premises in the UK within the required timescales; and the provision of point of care Test Devices to Prisons, probation facilities and other Approved Premises in the UK within the required timescales.
The Tender Process is split into two lots:
Lot 1 – Laboratory Analysis Goods, Services and Prevalence Testing; and
Lot 2 – Point of Care Drugs Testing Products and Associated Services.
Details of each Lot is further described in the procurement documents available on the aforementioned URL.
The contracts for each Lot are anticipated to be contracted for a mobilisation period of 5 months followed by an operational term of 5 years with two options to extend by 12 months each. The total term for each Lot shall not exceed 5 months + 5 years + 1 year + 1 year.
CPV codes: 71900000-7 and 38544000-0
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
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 permitted to submit Tenders for either Lot 1 or Lot 2 or can submit Tenders for both Lot 1 and Lot 2. The Authority may award the Agreements to one Bidder or to two separate Bidders, subject to the outcome of the evaluation, as further described in the procurement documents on the abovementioned URL.
two.2) Description
two.2.1) Title
The provision of Drug Testing: Laboratory Analysis Goods, 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
- UK - United Kingdom
two.2.4) Description of the procurement
Laboratory testing of urine and oral fluid to detect the misuse of Drugs across custodial and community HMPPS settings as further described in the Specification and procurement documents available on the abovementioned URL.
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: £123,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 February 2025
End date
15 July 2030
This contract is subject to renewal
Yes
Description of renewals
Extension options of +1 +1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension options of +1 +1.
Option to review price based on indexation.
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) Description
two.2.1) Title
The provision of Drug Testing: Point of Care Testing 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
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of point of care Test Devices for the detection of Drugs across custodial and community HMPPS settings.
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: £27,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 February 2025
End date
15 July 2030
This contract is subject to renewal
Yes
Description of renewals
Extension options of +1 +1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension options of +1 +1.
Option to review price based on indexation.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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: 2023/S 000-026657
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2024
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: 18 February 2025
four.2.7) Conditions for opening of tenders
Date
15 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom