Notice Information
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)
Notice Details
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
Buyer & Supplier
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
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-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"
}