Award

Alcohol & Substance Misuse Testing

LEICESTERSHIRE COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

02 Jan 2025 at 12:29

Tender

02 Sep 2024 at 14:38

Summary of the contracting process

Leicestershire County Council has awarded a contract for the provision of Alcohol and Substance Misuse Testing services under the industry category of Medical Analysis Services (CPV 85148000). The contract, titled "Alcohol & Substance Misuse Testing," involves a comprehensive testing regime for the council's employees across numerous sites primarily within Leicestershire, with the requirement of a nationwide service to respond to with-cause testing needs. The testing includes both random and with-cause testing following incidents such as on-road accidents. The contract was signed on 2nd January 2025, with an estimated value of £825,000 and was initially tendered using an open procurement method. The awarded supplier is AttoSure Limited.

This contract presents significant opportunities for businesses specialising in medical analysis services, particularly those capable of providing nationwide, 24-hour testing services. It is well-suited for companies with experience in substance misuse testing and those able to meet the stringent timeline requirements for with-cause testing. The awarding of this contract suggests there may be further opportunities for similar services required by regional authorities, especially those focusing on employee health and safety compliance. Businesses that can provide both the testing and supply of testing kits on-demand, as well as adherence to detailed health and safety protocols, stand to benefit and grow by securing such contracts.

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

Alcohol & Substance Misuse Testing

Notice Description

Provision of drug and alcohol misuse testing services. The service involves taking tests from employees, who may be based anywhere in Leicestershire however the agency must be able to provide a nationwide service. The employees are based over numerous sites which are majority all within Leicestershire but, testing agencies must be able to travel nationwide at any time (24-hour service) to promptly respond to a need for with-cause testing.

Lot Information

Lot 1

We require in excess of 550 tests per year made up of random and with-cause testing. It is difficult to predict the number of tests required, historically during December 2023 to March 2024 in a four month period, 198 tests were carried out broken down as follows: 25% with cause 66% Random basis 9% Other General Requirements: A testing agency is required to provide drug and alcohol testing on the grounds of health and safety and compliance with the Traffic Commissioner's recommendations. t. Service Providers must be able to work as closely as possible to the LCC Testing policy, procedure and toolkit. In future, LCC may also wish to buy some test kits directly without the services of a testing agent as supply only, it is preferred if the supplier could offer this sale of kits only although not essential. Testing is carried out at the roadside or on site depending on circumstances. Random drug testing is saliva testing but, with-cause / assurance drug testing is a urine test. The employees are based over numerous sites which are currently all within Leicestershire but, testing agencies must be able to travel nationwide at any time (24-hour service) to respond to a need for with-cause testing whilst outside of Leicestershire (e.g. an accident or near-miss for a driver who can be located outside of the county) within two hours of the callout request. Drivers who are tested are required to make deliveries nationwide with the majority being Leicestershire. The policy applies to all employees of Leicestershire County Council and Eastern Shires Purchasing Association (ESPO), except school staff. Types of testing required are: With Cause Testing Our 'with cause' testing policy (which applies to all staff regardless of their role) worked positively since 2018. 'With cause' testing applies to all employees, not just those in safety critical roles. The Council will undertake 'with cause' alcohol and/or drug testing in situations where there is a serious risk to health and safety. Scenarios where testing is required includes but is not limited to: * An employee is involved in an incident (e.g. an accident in a work vehicle or whilst using their own vehicle for business purposes, any accident resulting in injury requiring medical attention). * An employee is involved in a near-miss traffic incident. * An employee's behaviour or evidence suggests that the individual has consumed alcohol and/or drugs. Assurance Testing We also carry out assurance testing following a positive test. * The test is a control measure within a Support Plan for someone who has had a positive test result and / or disclosed issues of substance misuse. It may be referred to as Assurance Testing in these circumstances. To support employee wellbeing and avoid substance-related incidents at work, we added random testing to our policy for staff in Safety Critical Roles since 2021. Safety critical roles are defined below: * Individuals who are employed as drivers or who drive council vehicles e.g. taxi drivers, bus drivers, chauffeurs, winter gritter drivers, HGV drivers. * Individuals who operate or work in very close proximity to safety critical machinery. Safety critical machinery usually requires the user to undergo training in the form of obtaining specific license/additional safety qualification e.g. road workers, forestry workers, ESPO warehouse staff, waste operatives, forklift truck drivers and escorts operating tail lifts etc. * Supervisors/managers who direct (not merely supervise or manage) the way that safety critical tasks are performed by employees. Alcohol Testing Alcohol testing involves the use of an electronic breath-testing device. A 'positive' result indicates that more than 35 micrograms of alcohol per 100ml of breath was present in the sample. This figure is the England and Wales drink-driving limit. Drugs Testing Where the results are analysed in a laboratory the Laboratory must be ISO 17025 and ISO 15189 compliant. All Service Providers are asked to read the LCC Substance Misuse Policy and Procedure thoroughly and would be expected to work in alignment with the policy. Service Levels and Contract Management are stated in the specification.

Renewal: 4 x 12 month extension options.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049752
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000022-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

85 - Health and social work services


CPV Codes

71620000 - Analysis services

85148000 - Medical analysis services

Notice Value(s)

Tender Value
£825,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£825,000 £500K-£1M

Notice Dates

Publication Date
2 Jan 20251 years ago
Submission Deadline
4 Oct 2024Expired
Future Notice Date
Not specified
Award Date
2 Jan 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LEICESTERSHIRE COUNTY COUNCIL
Contact Name
Mrs Rajwinder Bhola
Contact Email
rajwinder.bhola@leics.gov.uk
Contact Phone
+44 1163057479

Buyer Location

Locality
LEICESTER
Postcode
LE3 8RA
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF22 Leicestershire CC and Rutland
Delivery Location
Not specified

Local Authority
Blaby
Electoral Ward
Glenfield Faire
Westminster Constituency
Mid Leicestershire

Supplier Information

Number of Suppliers
1
Supplier Name

ATTOSURE

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-049752-2025-01-02T12:29:29Z",
    "date": "2025-01-02T12:29:29Z",
    "ocid": "ocds-h6vhtk-049752",
    "initiationType": "tender",
    "tender": {
        "id": "DN737528",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Alcohol & Substance Misuse Testing",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85148000",
            "description": "Medical analysis services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of drug and alcohol misuse testing services. The service involves taking tests from employees, who may be based anywhere in Leicestershire however the agency must be able to provide a nationwide service. The employees are based over numerous sites which are majority all within Leicestershire but, testing agencies must be able to travel nationwide at any time (24-hour service) to promptly respond to a need for with-cause testing.",
        "value": {
            "amount": 825000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "We require in excess of 550 tests per year made up of random and with-cause testing. It is difficult to predict the number of tests required, historically during December 2023 to March 2024 in a four month period, 198 tests were carried out broken down as follows: 25% with cause 66% Random basis 9% Other General Requirements: A testing agency is required to provide drug and alcohol testing on the grounds of health and safety and compliance with the Traffic Commissioner's recommendations. t. Service Providers must be able to work as closely as possible to the LCC Testing policy, procedure and toolkit. In future, LCC may also wish to buy some test kits directly without the services of a testing agent as supply only, it is preferred if the supplier could offer this sale of kits only although not essential. Testing is carried out at the roadside or on site depending on circumstances. Random drug testing is saliva testing but, with-cause / assurance drug testing is a urine test. The employees are based over numerous sites which are currently all within Leicestershire but, testing agencies must be able to travel nationwide at any time (24-hour service) to respond to a need for with-cause testing whilst outside of Leicestershire (e.g. an accident or near-miss for a driver who can be located outside of the county) within two hours of the callout request. Drivers who are tested are required to make deliveries nationwide with the majority being Leicestershire. The policy applies to all employees of Leicestershire County Council and Eastern Shires Purchasing Association (ESPO), except school staff. Types of testing required are: With Cause Testing Our 'with cause' testing policy (which applies to all staff regardless of their role) worked positively since 2018. 'With cause' testing applies to all employees, not just those in safety critical roles. The Council will undertake 'with cause' alcohol and/or drug testing in situations where there is a serious risk to health and safety. Scenarios where testing is required includes but is not limited to: * An employee is involved in an incident (e.g. an accident in a work vehicle or whilst using their own vehicle for business purposes, any accident resulting in injury requiring medical attention). * An employee is involved in a near-miss traffic incident. * An employee's behaviour or evidence suggests that the individual has consumed alcohol and/or drugs. Assurance Testing We also carry out assurance testing following a positive test. * The test is a control measure within a Support Plan for someone who has had a positive test result and / or disclosed issues of substance misuse. It may be referred to as Assurance Testing in these circumstances. To support employee wellbeing and avoid substance-related incidents at work, we added random testing to our policy for staff in Safety Critical Roles since 2021. Safety critical roles are defined below: * Individuals who are employed as drivers or who drive council vehicles e.g. taxi drivers, bus drivers, chauffeurs, winter gritter drivers, HGV drivers. * Individuals who operate or work in very close proximity to safety critical machinery. Safety critical machinery usually requires the user to undergo training in the form of obtaining specific license/additional safety qualification e.g. road workers, forestry workers, ESPO warehouse staff, waste operatives, forklift truck drivers and escorts operating tail lifts etc. * Supervisors/managers who direct (not merely supervise or manage) the way that safety critical tasks are performed by employees. Alcohol Testing Alcohol testing involves the use of an electronic breath-testing device. A 'positive' result indicates that more than 35 micrograms of alcohol per 100ml of breath was present in the sample. This figure is the England and Wales drink-driving limit. Drugs Testing Where the results are analysed in a laboratory the Laboratory must be ISO 17025 and ISO 15189 compliant. All Service Providers are asked to read the LCC Substance Misuse Policy and Procedure thoroughly and would be expected to work in alignment with the policy. Service Levels and Contract Management are stated in the specification.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "PSR Key criteria",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2024-12-01T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "4 x 12 month extension options."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71620000",
                        "description": "Analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85148000",
                        "description": "Medical analysis services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=0490ce50-2b69-ef11-812f-005056b64545",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-10-04T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-10-04T12:00:00+01:00"
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-1411",
            "name": "Leicestershire County Council",
            "identifier": {
                "legalName": "Leicestershire County Council"
            },
            "address": {
                "streetAddress": "County Hall, Leicester Road, Glenfield",
                "locality": "Leicester",
                "region": "UK",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Rajwinder Bhola",
                "telephone": "+44 1163057479",
                "email": "Rajwinder.Bhola@leics.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=0490ce50-2b69-ef11-812f-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.eastmidstenders.org/index.html",
                "buyerProfile": "https://www.eastmidstenders.org/index.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-525",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-133865",
            "name": "AttoSure Limited",
            "identifier": {
                "legalName": "AttoSure Limited"
            },
            "address": {
                "streetAddress": "33 Scottow Enteprise Park, Badersfield.",
                "locality": "Norwich",
                "region": "UKH1",
                "postalCode": "NR10 5FB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-133866",
            "name": "Leicestershire County Council",
            "identifier": {
                "legalName": "Leicestershire County Council"
            },
            "address": {
                "locality": "Leicester",
                "postalCode": "LE3 8RA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1411",
        "name": "Leicestershire County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "000022-2025-DN737528-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133865",
                    "name": "AttoSure Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000022-2025-DN737528-1",
            "awardID": "000022-2025-DN737528-1",
            "status": "active",
            "value": {
                "amount": 825000,
                "currency": "GBP"
            },
            "dateSigned": "2025-01-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}