Scope
Reference
Prj_14921
Description
The provision including supply and delivery of nasal Naloxone. Nasal Naloxone supplied must be licensed for use in the UK, compliant with Medicines and Healthcare products Regulatory Agency (MHRA) standards and of a formulation licensed for use on adults and adolescents aged 14 and over. Timely delivery is required to HMPPS settings across England and Wales, including Public Sector (HMPPS) and Privately Managed Prisons, Youth Custody sites, Approved Premises (AP), Independent Approved Premises (IAPs), and Probation Offices and contact centers.
Total value (estimated)
- £3,000,000 excluding VAT
- £3,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 24 November 2025 to 23 November 2030
- 5 years
Options
The right to additional purchases while the contract is valid.
Special Term 1:
This is a zero-volume guarantee provision, and all indicative volumes are for illustrative purposes only. Actual volumes may fluctuate due to the unpredictable nature of this requirement.
The Authority has identified a known risk that there is the possibility that the required quantities may significantly increase due to [e.g. policy changes, external demand, or operational needs].
While this risk is acknowledged, it cannot be fully quantified or addressed at the time of Contract award. In the event this risk materialises, the Authority reserves the right to modify the contract in accordance with the Procurement Act 2023, subject to the conditions set out in Regulation 18(2)(z) and Schedule.
Special Term 2:
Collection and disposal of expired nasal Naloxone Kits is not a requirement of the Contract at the time of Tender, however, if the Supplier possess the capability to collect and dispose of expired nasal Naloxone Kits, in accordance with relevant waste disposal regulations, this may be a service that the Authority chooses to utilise in the future.
Should the Supplier possess the capability to delivery this service, activation would be agreed upon separately and in advance. The Authority reserves the right to determine whether to activate this service based on operational needs.
Main procurement category
Goods
CPV classifications
- 33600000 - Pharmaceutical products
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders
Technical ability conditions of participation
As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
8 August 2025, 12:00pm
Tender submission deadline
19 August 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
24 October 2025
Award criteria
Name | Description | Type |
---|---|---|
Technical | Overall Technical Score will be determined by the sum of the weighted scores for the following Technical questions (question weighting in brackets): Service Delivery (40%) Quality Assurance (30%)... |
Quality |
Commercial | Price |
Weighting description
The Final Evaluation will be determined by Price Per Quality Point (PQP), using the following formula:
Evaluation Price / Overall Technical Score = PQP score
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Ministry of Justice
- Public Procurement Organisation Number: PDNN-2773-HVYN
102 Petty France
London
SW1H 9AG
United Kingdom
Email: MoJProcurement.Off@justice.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement
Region: UKI32 - Westminster
Organisation type: Public authority - central government