Tender

Provision of Armed Forces Compulsory Drug Testing UK4

  • Ministry of Defence

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-063967

Procurement identifier (OCID): ocds-h6vhtk-051776 (view related notices)

Published 10 October 2025, 8:22am



Scope

Reference

714890452

Description

The Armed Forces Compulsory Drug Testing Programme is the largest occupational drug-testing programme in Europe and was established in January 1995. It is designed to reduce the incidence of substance misuse in the Armed Forces by detection and deterrence underpinned by education and policy. Currently between 100,000 - 125,000 samples are collected per annum. In addition to testing for drug misuse, there is also the requirement for the contractor to conduct screening for steroids and new psychoactive substances.

The programme involves the analysis of urine samples of service personnel. Samples are collected by Armed Forces collection teams and transported to the laboratory of the Authority's urinalysis contractor.

The programme also requires research and scientific support. These areas are included in this contract, which is structured to provide maximum flexibility to cope with change during its life.

Total value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2031
  • 5 years

Main procurement category

Services

CPV classifications

  • 85121292 - Urologist services
  • 38544000 - Drug detection apparatus
  • 71900000 - Laboratory services
  • 38434000 - Analysers
  • 85100000 - Health services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Turnover

The Authority will review each Potential Provider Entity's turnover for the three full financial years prior to the date of the ITT. If the estimated annual contract value for this procurement exceeds fifty per cent. (50%) of a Potential Provider's annual turnover, the Potential Provider will not meet this qualification standard.

Where the Potential Provider Entity intends to provide all or some of of the required services via a joint-venture company, Consortium Member, or other special purpose vehicle, the Authority will apply the assessment equally to the Potential Provider Entity.

Accordingly, where the annual contract value turnover exceeds 50% of the value of a Potential Provider Entity turnover (assessed as the cumulation of all parties turnover in either the joint venture, Consortia or special purpose vehicle), the Potential Provider Entity will not meet this qualification standard.

Liquidity ratios

A Potential Provider Entity's current assets are divided by current liabilities to establish if there are sufficient assets to cover all of the Potential Provider Entity's liabilities as they fall due over the course of one year. The Authority requires a Potential Provider Entity to have:

a minimum current ratio of 1.0; and

a minimum acid test ratio of 0.8.

If these ratios are not met, the Potential Provider Entity will not meet this qualification standard.

Company Watch

Company Watch "H-Score" (an overall measure of a business' financial health - for more information, see www.companywatch.net/analytics-insight/h-score). If a Potential Provider Entity does not have a score of 20 or above, the Potential Provider Entity will not meet this qualification standard.

Where Company Watch "H-Score" is unavailable or for international companies, Net Debt/EBITDA (below) will be used as an alternative.

Net Debt/EBITDA An entity's EBITDA is a proxy for the cash flow it generates from its ongoing operations. The Net Debt to EBITDA Ratio measures an entity's ability to service its debt.

The Authority requires a Potential Provider Entity to have:

a maximum of 2.5x

If this ratio is not met, the Potential Provider Entity will not meet this qualification standard.

Technical ability conditions of participation

Tenderers must be UKAS accredited or demonstrate ability to gain UKAS accredication to the satisfaction of the Authority by the contract start date.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

16 October 2025, 6:00pm

Tender submission deadline

4 November 2025, 11:00am

Submission address and any special instructions

Please submit response on the Defence Sourcing Portal via the following link: https://contracts.mod.uk/go/2210270901999AC76049

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 2 December 2030


Award criteria

This table displays the award criteria of the lot
Name Description Type
Tehcnical requirements

Please see attached DEFFORM 47 ITT

Quality
Social Value

Please see attached DEFFORM 47 ITT

Quality
Total value of Tender including extensions

Total value of Tender including extensions priced in accodordance with Variation of Price, please see tender documents, VOP can be seen at condition 47.4 of the terms and conditions (SC2)

Cost

Weighting description

The Tender Evaluation will calculated using the Value for Money Index which is a Most Advantageous Tender (MAT) Evaluation

This approach divides the total score of the non-cost (quality) criteria by the tender cost. It ranks tenders on the quality (represented by the non-cost score) for each £ (or £k or £m) of costs.


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

Army Headquarters, Marlborough Lines

Andover

SP11 8HJ

United Kingdom

Region: UKJ36 - Central Hampshire

Organisation type: Public authority - central government