Tender

Drug and Alcohol Testing - Random and For Cause

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 2 releases in its history.

Tender

11 Apr 2023 at 17:35

Planning

28 Oct 2022 at 14:52

Summary of the contracting process

Network Rail is seeking a supplier for drug and alcohol testing services, including random and for cause testing. The contract is worth £3,908,200 GBP and will cover locations in Scotland, England, and Wales. Testing will involve urine Point of Contact testing and breath analysis for alcohol. The deadline for submission of tenders is April 27, 2023, with a second-stage invitation date set for June 13, 2023. The procurement stage is active, and the method is a negotiated procedure with prior call for competition.

This tender by Network Rail offers opportunities for businesses in the health services sector. Service providers capable of conducting drug and alcohol testing across various locations and working hours would be well-suited to compete. The procurement is being conducted in a selective manner, allowing for a potentially more tailored approach to selecting suppliers. Network Rail Infrastructure Ltd is the contracting authority overseeing this procurement process, based in London, United Kingdom.

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 and Alcohol Testing - Random and For Cause

Notice Description

Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements: * Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends; * 'For cause' and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365; * Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes; * Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results; * Provision of POCT Testing Kits; * Account and Contract Management; and * Management Information and Reporting

Lot Information

Lot 1

Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements: * Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends; * 'For cause' and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365; * Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes; * Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results; * Provision of POCT Testing Kits; * Account and Contract Management; and * Management Information and Reporting

Renewal: The contract shall be 3 years, with an option to extend for a further year (3+1)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037d5f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010406-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

Notice Value(s)

Tender Value
£3,908,200 £1M-£10M
Lots Value
£3,908,200 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Apr 20232 years ago
Submission Deadline
27 Apr 2023Expired
Future Notice Date
27 Oct 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LTD
Contact Name
Mark Edwards
Contact Email
mark.edwards6@networkrail.co.uk
Contact Phone
+44 1908781000

Buyer Location

Locality
LONDON
Postcode
NW1 2DN
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

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-h6vhtk-037d5f-2023-04-11T18:35:42+01:00",
    "date": "2023-04-11T18:35:42+01:00",
    "ocid": "ocds-h6vhtk-037d5f",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-037d5f",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Drug and Alcohol Testing - Random and For Cause",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements: * Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends; * 'For cause' and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365; * Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes; * Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results; * Provision of POCT Testing Kits; * Account and Contract Management; and * Management Information and Reporting",
        "value": {
            "amount": 3908200,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Network Rail intends to award a contract to a single supplier for the provision of drug and alcohol testing - random and for cause. The technical specification includes (but is not limited to) the following requirements: * Testing to be conducted on Network Rail work locations throughout the Scotland, England and Wales and will accommodate shift working inclusive of night working and weekends; * 'For cause' and post incident testing required to be within 2hrs of notification from Network Rail. This service shall be available 24/7/365; * Primary method of Drug testing will be Point of Contact testing (POCT) for urine, with laboratory confirmation required for non-negative samples within 3 days. Alcohol testing is carried out using breath analysis. Network Rail may consider alternative methods of testing during term of contract should there be a sound business and evidence-based reason to make any changes; * Provision of Medical Review Officer (MRO) for medical review and confirmation of positive results; * Provision of POCT Testing Kits; * Account and Contract Management; and * Management Information and Reporting",
                "status": "active",
                "value": {
                    "amount": 3908200,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract shall be 3 years, with an option to extend for a further year (3+1)"
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Network Rail will select a shortlist of 5 Candidates for ITT from the highest scoring compliant PQQ responses."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "National"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-10-28T00:00:00+01:00",
            "atypicalToolUrl": "https://networkrail.bravosolution.co.uk/"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2023-04-27T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-06-13T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-448",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "1 Eversholt Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1 2DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "Mark.Edwards6@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-79855",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Offices",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mark Edwards",
                "telephone": "+44 1908781000",
                "email": "Mark.Edwards6@networkrail.co.uk",
                "url": "https://networkrail.bravosolution.co.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk",
                "buyerProfile": "http://www.networkrail.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-65083",
            "name": "The High Court of England & Wales",
            "identifier": {
                "legalName": "The High Court of England & Wales"
            },
            "address": {
                "streetAddress": "7 Rolls Building, Fetter Lane",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-79855",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en"
}