Notice Information
Notice Title
Drug Testing Products and Services
Notice Description
Following the abandonment of a recent procurement for the above products and services, the Authority is currently in the process of drawing up proposals for a new procurement exercise. As part of this, the Authority wishes to assess the appetite of the market and their capacity to fulfil estimated volume requirements throughout the proposed contract term. The Authority intends to split the procurement into two (2) Lots: Lot 1 Drug Testing Laboratory Analysis, Products and Services and Lot 2 Drug Testing Point of Care Testing (POCT) Equipment and Associated Services. Lot 1 at this stage, is envisaged to have the following testing requirements: Urine Testing and Laboratory Analysis Oral Fluid Testing and Laboratory Analysis Prevalence Studies Lot 2 at this stage, is envisaged to have the following testing requirements: Oral Fluid POCT It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined. The Authority invites suppliers of such products and services to complete a market engagement survey by following this link: https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UOFJLNkpHMkNGSFpLTU5XNk9HMEJWWkQ3NS4u
Lot Information
Laboratory Services
Lot 1 at this stage, is envisaged to have the following testing requirements: Urine Testing and Laboratory Analysis Oral Fluid Testing and Laboratory Analysis Prevalence Studies It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined.
Point of Care Test KitsLot 2 at this stage, is envisaged to have the following testing requirements: Oral Fluid POCT It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-036a43
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026451-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- 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
- 21 Sep 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 31 Dec 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Stephen Greiff
- Contact Email
- stephen.greiff1@justice.gov.uk
- Contact Phone
- +44 02033343555
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), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, 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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-036a43-2022-09-21T20:27:13+01:00",
"date": "2022-09-21T20:27:13+01:00",
"ocid": "ocds-h6vhtk-036a43",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-036a43",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Drug Testing Products and Services",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
"mainProcurementCategory": "services",
"description": "Following the abandonment of a recent procurement for the above products and services, the Authority is currently in the process of drawing up proposals for a new procurement exercise. As part of this, the Authority wishes to assess the appetite of the market and their capacity to fulfil estimated volume requirements throughout the proposed contract term. The Authority intends to split the procurement into two (2) Lots: Lot 1 Drug Testing Laboratory Analysis, Products and Services and Lot 2 Drug Testing Point of Care Testing (POCT) Equipment and Associated Services. Lot 1 at this stage, is envisaged to have the following testing requirements: Urine Testing and Laboratory Analysis Oral Fluid Testing and Laboratory Analysis Prevalence Studies Lot 2 at this stage, is envisaged to have the following testing requirements: Oral Fluid POCT It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined. The Authority invites suppliers of such products and services to complete a market engagement survey by following this link: https://forms.office.com/Pages/ResponsePage.aspx?id=KEeHxuZx_kGp4S6MNndq2HeLBZx3isNHpp5atooeqv1UOFJLNkpHMkNGSFpLTU5XNk9HMEJWWkQ3NS4u",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "Both Lots may be awarded to the same supplier. However, the Authority reserves the right not to award one or both Lots."
},
"lots": [
{
"id": "1",
"title": "Laboratory Services",
"description": "Lot 1 at this stage, is envisaged to have the following testing requirements: Urine Testing and Laboratory Analysis Oral Fluid Testing and Laboratory Analysis Prevalence Studies It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined.",
"status": "planned"
},
{
"id": "2",
"title": "Point of Care Test Kits",
"description": "Lot 2 at this stage, is envisaged to have the following testing requirements: Oral Fluid POCT It is envisaged that the contract term will be for an initial period of five (5) years plus up to a further two (2) years of extensions. It is envisaged that the new contracts will start on 1st May 2024. The Authority is under no commitment to fulfil any element of the requirements outlined.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
}
],
"deliveryLocation": {
"description": "Nationwide coverage required, preferably from a single laboratory."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38544000",
"description": "Drug detection apparatus"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
}
],
"deliveryLocation": {
"description": "Nationwide coverage required."
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-12-31T00:00:00Z"
}
},
"parties": [
{
"id": "GB-FTS-6365",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UKI",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stephen Greiff",
"telephone": "+44 02033343555",
"email": "Stephen.Greiff1@justice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-justice",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-6365",
"name": "Ministry of Justice"
},
"language": "en"
}