Planning

Drug Testing Products and Services

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

13 Mar 2023 at 22:16

Summary of the contracting process

The Ministry of Justice, as the buying organisation, is planning a procurement process for Drug Testing Products and Services, divided into two lots. The procurement is scheduled to start in late April/early May 2023. The tender falls under the industry category of Drug detection apparatus and Laboratory services. The procurement method is an open procedure, and the communication indicates a future notice date of 24th April 2023. The contract period is from 1st May 2024 to 30th April 2030, with delivery addresses in England and Wales.

This tender for Drug Testing Products and Services by the Ministry of Justice presents opportunities for businesses specialising in laboratory analysis, drug testing products, and associated services. SMEs are deemed suitable for this procurement. Businesses offering reliable customer support, technical advice, and rapid point of care testing products may find this tender particularly relevant. The procurement process aims to support drug testing programmes in prisons and probation settings within the United Kingdom, requiring high-quality services and products to ensure accurate testing outcomes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Drug Testing Products and Services

Notice Description

The Authority wishes to obtain information from the market in relation to an upcoming procurement for the provision of Drug Testing Products and Services. The Authority intends to undertake a procurement for two (2) Lots, starting late April/early May 2023, as follows: Lot 1 Drug Testing Laboratory Analysis, Products and Services Lot 2 Drug Testing Point of Care Testing (POCT) Products and Associated Services. The scope of Lot 1: Drug Testing: Laboratory Analysis Goods, Services and Prevalence Testing covers the laboratory analysis goods and services required to deliver the following HMPPS drug testing programmes: a) Mandatory Drug Testing (MDT) in prisons (urine sampling) b) Drug Testing in APs (urine sampling) c) Drug Testing on Licence (ToL) in probation offices (oral fluid sampling) d) Drug Testing on Drug Rehabilitation Requirements (DRR) or Problem-Solving Courts (PSC) pilot in probation offices (oral fluid sampling) e) Studies into the prevalence of drugs within all prison and probation settings (utilising sampling from programmes (a-d)) Across all drug testing programmes, no personal identifiers can be shared with suppliers, and therefore the supplier must operate a system using anonymised identifiers to enable prison and probation staff to link results to individuals. It is vital that the Authority can access reliable, high quality customer support and technical advice in relation to all drug testing programmes. This includes acting as an expert witness when required to do so. The Authority requires access to monthly data returns covering laboratory testing volumes and results for all testing programmes. The scope of Lot 2: Point of Care Testing Products and Associated Services covers the products required to deliver Voluntary Drug Testing (VDT) in prisons. The Authority uses oral fluid point of care testing for all VDT. The level of proof required by VDT is based on the "balance of probabilities", and as such the results are not used for evidential purposes. VDT results are used to develop support opportunities, generate risk reviews of individuals and to support decision-making. To be effective, it is vital that point of care VDT products provide rapid results in an operational environment (e.g. within 20 minutes) in a format that minimises the need for user interpretation. Products must place minimal demands on staff collecting samples and be as non-invasive as possible without compromising accuracy of analysis. The Authority are keen to use VDT products to test for as broad a range of drugs as possible. Further detail is provided in this Notice and supplementary information to this notice. The Authority also intends to hold a market engagement event via MS Teams on Thursday 30th March 2023. Suppliers can register interest by completing a MS Forms survey following the link below. https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UN0o3RVAzMElINDBRS1hQNVdFNEs3UDc1Wi4u Additional information: The Authority also intends to hold a market engagement event via MS Teams on Thursday 30th March 2023. Suppliers can register interest by completing a MS Forms survey following the link below. https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UN0o3RVAzMElINDBRS1hQNVdFNEs3UDc1Wi4u

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a0f16f5c-82e4-4477-9bb8-eab25a45dc5f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4eb39bbb-cbe9-478d-bd55-e992d780d625
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

71 - Architectural, construction, engineering and inspection services


CPV Codes

38544000 - Drug detection apparatus

71900000 - Laboratory services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Mar 20232 years ago
Submission Deadline
Not specified
Future Notice Date
24 Apr 2023Expired
Award Date
Not specified
Contract Period
30 Apr 2024 - 30 Apr 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Stephen Greiff
Contact Email
stephen.greiff1@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-a0f16f5c-82e4-4477-9bb8-eab25a45dc5f-2023-03-13T22:16:19Z",
    "date": "2023-03-13T22:16:19Z",
    "ocid": "ocds-b5fd17-a0f16f5c-82e4-4477-9bb8-eab25a45dc5f",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2024-04-01T00:00:00+01:00",
                        "endDate": "2025-03-31T23:59:59+01:00"
                    },
                    "description": "2024/2025",
                    "amount": {
                        "amount": 0,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4eb39bbb-cbe9-478d-bd55-e992d780d625",
                "datePublished": "2023-03-13T22:16:19Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "plannedProcurementNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/426266eb-4d8b-44ea-add0-c76a7577e41f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "tender": {
        "id": "prj_9199",
        "title": "Drug Testing Products and Services",
        "description": "The Authority wishes to obtain information from the market in relation to an upcoming procurement for the provision of Drug Testing Products and Services. The Authority intends to undertake a procurement for two (2) Lots, starting late April/early May 2023, as follows: Lot 1 Drug Testing Laboratory Analysis, Products and Services Lot 2 Drug Testing Point of Care Testing (POCT) Products and Associated Services. The scope of Lot 1: Drug Testing: Laboratory Analysis Goods, Services and Prevalence Testing covers the laboratory analysis goods and services required to deliver the following HMPPS drug testing programmes: a) Mandatory Drug Testing (MDT) in prisons (urine sampling) b) Drug Testing in APs (urine sampling) c) Drug Testing on Licence (ToL) in probation offices (oral fluid sampling) d) Drug Testing on Drug Rehabilitation Requirements (DRR) or Problem-Solving Courts (PSC) pilot in probation offices (oral fluid sampling) e) Studies into the prevalence of drugs within all prison and probation settings (utilising sampling from programmes (a-d)) Across all drug testing programmes, no personal identifiers can be shared with suppliers, and therefore the supplier must operate a system using anonymised identifiers to enable prison and probation staff to link results to individuals. It is vital that the Authority can access reliable, high quality customer support and technical advice in relation to all drug testing programmes. This includes acting as an expert witness when required to do so. The Authority requires access to monthly data returns covering laboratory testing volumes and results for all testing programmes. The scope of Lot 2: Point of Care Testing Products and Associated Services covers the products required to deliver Voluntary Drug Testing (VDT) in prisons. The Authority uses oral fluid point of care testing for all VDT. The level of proof required by VDT is based on the \"balance of probabilities\", and as such the results are not used for evidential purposes. VDT results are used to develop support opportunities, generate risk reviews of individuals and to support decision-making. To be effective, it is vital that point of care VDT products provide rapid results in an operational environment (e.g. within 20 minutes) in a format that minimises the need for user interpretation. Products must place minimal demands on staff collecting samples and be as non-invasive as possible without compromising accuracy of analysis. The Authority are keen to use VDT products to test for as broad a range of drugs as possible. Further detail is provided in this Notice and supplementary information to this notice. The Authority also intends to hold a market engagement event via MS Teams on Thursday 30th March 2023. Suppliers can register interest by completing a MS Forms survey following the link below. https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UN0o3RVAzMElINDBRS1hQNVdFNEs3UDc1Wi4u Additional information: The Authority also intends to hold a market engagement event via MS Teams on Thursday 30th March 2023. Suppliers can register interest by completing a MS Forms survey following the link below. https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UN0o3RVAzMElINDBRS1hQNVdFNEs3UDc1Wi4u",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "38544000",
            "description": "Drug detection apparatus"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71900000",
                "description": "Laboratory services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2023-04-24T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-05-01T00:00:00+01:00",
            "endDate": "2030-04-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/H2Ez4838",
            "name": "Ministry Of Justice",
            "identifier": {
                "legalName": "Ministry Of Justice",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/H2Ez4838"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "LONDON",
                "postalCode": "SW1H9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Stephen Greiff",
                "email": "stephen.greiff1@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/H2Ez4838",
        "name": "Ministry Of Justice"
    }
}