Tender

Drugs Testing Service Provision and Point of Care Testing Devices

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2023/S 000-037758

Procurement identifier (OCID): ocds-h6vhtk-03fb4a

Published 21 December 2023, 5:00pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

Amaya.Hughes@justice.gov.uk

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