Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
UK
Telephone: +44 02033343555
E-mail: Amaya.Hughes@justice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-justice
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ministryofjusticecommercial.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Drugs Testing Service Provision and Point of Care Testing Devices
Reference number: ITT_8252
II.1.2) Main CPV code
71900000
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT:
150 000 000.00
GBP
II.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.
II.2) Description
Lot No: 1
II.2.1) Title
The provision of Drug Testing: Laboratory Analysis Goods, Services and Prevalence Testing.
II.2.2) Additional CPV code(s)
71900000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
123 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/02/2025
End:
15/07/2030
This contract is subject to renewal: Yes
Description of renewals:
Extension options of +1 +1
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Extension options of +1 +1.
Option to review price based on indexation.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
The provision of Drug Testing: Point of Care Testing Products and Associated Services.
II.2.2) Additional CPV code(s)
38544000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Provision of point of care Test Devices for the detection of Drugs across custodial and community HMPPS settings.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
27 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/02/2025
End:
15/07/2030
This contract is subject to renewal: Yes
Description of renewals:
Extension options of +1 +1
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Extension options of +1 +1.
Option to review price based on indexation.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-026657
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/02/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
18/02/2025
IV.2.7) Conditions for opening of tenders
Date:
15/02/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
21/12/2023