Tender

UK-4 - 715104450-Complusory Drug Testing Quality Assurance

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Tender

12 Jan 2026 at 08:57

Planning

18 Jun 2025 at 11:09

Summary of the contracting process

The Ministry of Defence has initiated an active tender for the provision of Quality Assurance support to the Armed Forces Compulsory Drug Testing (CDT) programme, with a focus on services related to analysis and laboratory IT infrastructure. This procurement is being conducted as an open procedure, inviting tenders from interested parties until 11th February 2026. The procurement addresses industry categories such as analysis services and laboratory services, and the services will be delivered within the United Kingdom. The contract period is set from 1st April 2026 through 31st March 2028, with options for additional one-year extensions. The estimated gross value of the contract is £228,000, and successful proposals will need to adhere to submission requirements via electronic means, as detailed in the procurement documents.

This tender presents significant growth opportunities for businesses, particularly those specialising in quality control, laboratory testing, and related technical support services. Companies providing innovative solutions in blind performance testing, on-site inspections, and audit trails will find this procurement well-aligned with their capabilities. Additionally, businesses experienced in integrating IT infrastructure for laboratory services should consider submitting proposals. The Ministry of Defence's complex requirements are well-suited for SMEs and organisations leveraging technical and managerial expertise, allowing these entities to expand their footprint within the public sector, enhance their service offerings, and foster long-term partnerships with a central government department.

How relevant is this notice?

Notice Information

Notice Title

UK-4 - 715104450-Complusory Drug Testing Quality Assurance

Notice Description

The Authority is inviting response to an ITT for the provision of Quality Assurance support to the Armed Forces Compulsory Drug Testing (CDT) programme. The potential provider will be able to carry out the following responsibilities: a. conduct 'blind performance testing' of the Authority's urinalysis contractor's laboratory by providing and inserting quality assured control samples, to replicate the collection of a sample from an individual; b. perform on-site inspections of the urine analysis department of the Authority's urinalysis contractor; c. conduct an audit trail of samples pre-selected by the Authority; d. be prepared to attend any review which may arise as a result of their work, and give independent advice and evidence as required by the Authority; e. notify the Authority of any additional and relevant legislation or guidelines to the programme as they occur; f. review and validate any experimental work, research or study conducted by the Authority's urinalysis contractor or by other third parties; g. provide advice to the Authority on the technical and managerial merits of laboratories invited to tender for the re-let of the Authority's urinalysis contract; h. submit an annual written report to the Authority, to include a laboratory inspection report and the scientific conduct of the programme during the previous calendar year. The Full SOR can be found in the ITT attachments.

Planning Information

REQUEST FOR INFORMATION REFERENCE: 62085507 – The Provision of Quality Assurance to the Armed Forces Compulsory Drug Testing (AFCDT) Programme CUSTOMER: APSG, D Pers, Ministry of Defence (The Authority) ESTIMATED START DATE: Contract Start Date 01 April 2026 DATE RESPONSE REQUIRED: 18 July 2025 Dear Potential Provider, We would like to notify you of a potential upcoming requirement, and by doing so we are keen to understand where the market stands in terms of our requirement below. The Armed Forces Compulsory Drug Testing (CDT) mission is to minimise substance misuse in the Armed Forces through implementation of the policy of Prevention, Deterrence and Regulation, to reduce the deleterious effects of Substance Misuse (SM) on Operational Effectiveness, without causing excessive wastage. The current AFCDT is broken up into two contracts, the Urine Analysis (UA) AFCDT Contract and the AFCDT Quality Assurance Contract (QAC). This RFI only covers the AFCDT QAC requirements. The aim of the QAC is to conduct blind performance testing by providing and inserting quality control samples. This will then assist the Authority when dealing with any legal challenges made against a positive result. Please note the following general conditions: a. This RFI will help us to refine the requirement and conduct market research. b. We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. c. Any and all costs associated with the production of such a response either to an RFI or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. d. Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. e. No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. f. We expect that all responses to this RFI will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. g. No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. h. Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS – WHAT WE WANT TO ACHIEVE The Customer is looking for one or more Suppliers to deliver the following aims: a. Monitor the collection procedures and make recommendations as appropriate. b. Advising on the AFCDT Standard Operating Procedures (SOP) for required updates. c. Attend days that an AFCDT team collects samples at a frequency agreed between the contractor and the Authority. QA visits to collection sites are normally carried out on a two monthly basis, although the actual rate may vary significantly depending upon specific issues or scientific problems. d. Review and advise on the training of CDTO, CA and Monitors. e. Submit a QA Site Inspection Report after conducting a visit to the Urine Analysis Contractors Lab. WHAT WE ARE LOOKING FOR The Customer is looking for Industry feedback on the following areas: 1. There is an appetite for a singular provider to deliver all requirements detailed in the brief as a capability under a single contract, can this be achieved by your organisation? 2. How would the potential provider seek to service the contract, which includes the provision of drug samples, IT infrastructure, communications and overall technical support throughout. 3. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 4. If the potential provider does not have a current solution that meets the requirement in full, what level of investment would the potential provider envisage as a result, or would the potential provider seek to sub-contract capabilities, and how would this sub-contract capability be managed. 5. Are there any major pit falls, issues or risks with the requirement? 7. Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 5 years. 8. Where possible, confirm the lead time to establish a robust logistical plan for the delivery of quality control dug samples and other potential lead times to have a facility that provides the service up and running. 9. If not, UKAS accredited, how long would it take for you to achieve this or similar accreditation required by the UK Government to conduct this requirement. 10. How is your service currently measured by other customers of your services i.e. Key Performance Indicators. 11. Are you able to provide examples of Key Performance Indicators? 12. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 13. Are there any outcomes listed within the link above that provide a greater opportunity to provide social or economic benefit through delivery of the requirement? And if so, please provide justification. POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS • Potential Providers may raise questions or seek clarification regarding any aspect of this RFI document at any time prior to the Clarification Period Closure. Questions must be submitted through to the multiuser Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk • To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the DSP. • Responses to questions will not identify the originator of the question. • If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN • Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. • Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk • Completed questionnaires should be returned by no later than 18 July 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054ef7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002101-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71620000 - Analysis services

71900000 - Laboratory services

Notice Value(s)

Tender Value
£190,000 £100K-£500K
Lots Value
£190,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Jan 20261 weeks ago
Submission Deadline
11 Feb 20264 weeks to go
Future Notice Date
25 Aug 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
2027-11-01

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Tom Shields
Contact Email
army-comrcl-complex-proc-mailbox@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ANDOVER
Postcode
SP11 8HT
Post Town
Salisbury
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
Not specified

Local Authority
Test Valley
Electoral Ward
Andover Millway
Westminster Constituency
North West Hampshire

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-054ef7-2026-01-12T08:57:18Z",
    "date": "2026-01-12T08:57:18Z",
    "ocid": "ocds-h6vhtk-054ef7",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Monxton Road",
                "locality": "Andover",
                "postalCode": "SP11 8HT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "name": "Tom Shields",
                "email": "army-comrcl-complex-proc-mailbox@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "REQUEST FOR INFORMATION REFERENCE: 62085507 - The Provision of Quality Assurance to the Armed Forces Compulsory Drug Testing (AFCDT) Programme CUSTOMER: APSG, D Pers, Ministry of Defence (The Authority) ESTIMATED START DATE: Contract Start Date 01 April 2026 DATE RESPONSE REQUIRED: 18 July 2025 Dear Potential Provider, We would like to notify you of a potential upcoming requirement, and by doing so we are keen to understand where the market stands in terms of our requirement below. The Armed Forces Compulsory Drug Testing (CDT) mission is to minimise substance misuse in the Armed Forces through implementation of the policy of Prevention, Deterrence and Regulation, to reduce the deleterious effects of Substance Misuse (SM) on Operational Effectiveness, without causing excessive wastage. The current AFCDT is broken up into two contracts, the Urine Analysis (UA) AFCDT Contract and the AFCDT Quality Assurance Contract (QAC). This RFI only covers the AFCDT QAC requirements. The aim of the QAC is to conduct blind performance testing by providing and inserting quality control samples. This will then assist the Authority when dealing with any legal challenges made against a positive result. Please note the following general conditions: a. This RFI will help us to refine the requirement and conduct market research. b. We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. c. Any and all costs associated with the production of such a response either to an RFI or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. d. Information contained within this document is confidential and must not be revealed to any third party without prior written consent from us. e. No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. f. We expect that all responses to this RFI will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. g. No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. h. Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS - WHAT WE WANT TO ACHIEVE The Customer is looking for one or more Suppliers to deliver the following aims: a. Monitor the collection procedures and make recommendations as appropriate. b. Advising on the AFCDT Standard Operating Procedures (SOP) for required updates. c. Attend days that an AFCDT team collects samples at a frequency agreed between the contractor and the Authority. QA visits to collection sites are normally carried out on a two monthly basis, although the actual rate may vary significantly depending upon specific issues or scientific problems. d. Review and advise on the training of CDTO, CA and Monitors. e. Submit a QA Site Inspection Report after conducting a visit to the Urine Analysis Contractors Lab. WHAT WE ARE LOOKING FOR The Customer is looking for Industry feedback on the following areas: 1. There is an appetite for a singular provider to deliver all requirements detailed in the brief as a capability under a single contract, can this be achieved by your organisation? 2. How would the potential provider seek to service the contract, which includes the provision of drug samples, IT infrastructure, communications and overall technical support throughout. 3. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 4. If the potential provider does not have a current solution that meets the requirement in full, what level of investment would the potential provider envisage as a result, or would the potential provider seek to sub-contract capabilities, and how would this sub-contract capability be managed. 5. Are there any major pit falls, issues or risks with the requirement? 7. Where possible, are you able to provide a submission of a rough order of magnitude in regard to how much it would cost to fulfil this requirement in full, for 5 years. 8. Where possible, confirm the lead time to establish a robust logistical plan for the delivery of quality control dug samples and other potential lead times to have a facility that provides the service up and running. 9. If not, UKAS accredited, how long would it take for you to achieve this or similar accreditation required by the UK Government to conduct this requirement. 10. How is your service currently measured by other customers of your services i.e. Key Performance Indicators. 11. Are you able to provide examples of Key Performance Indicators? 12. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 13. Are there any outcomes listed within the link above that provide a greater opportunity to provide social or economic benefit through delivery of the requirement? And if so, please provide justification. POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS * Potential Providers may raise questions or seek clarification regarding any aspect of this RFI document at any time prior to the Clarification Period Closure. Questions must be submitted through to the multiuser Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk * To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the DSP. * Responses to questions will not identify the originator of the question. * If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN * Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. * Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk * Completed questionnaires should be returned by no later than 18 July 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability.",
                "dueDate": "2025-07-18T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "033232-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033232-2025",
                "datePublished": "2025-06-18T12:09:58+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "715104450",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "UK-4 - 715104450-Complusory Drug Testing Quality Assurance",
        "description": "The Authority is inviting response to an ITT for the provision of Quality Assurance support to the Armed Forces Compulsory Drug Testing (CDT) programme. The potential provider will be able to carry out the following responsibilities: a. conduct 'blind performance testing' of the Authority's urinalysis contractor's laboratory by providing and inserting quality assured control samples, to replicate the collection of a sample from an individual; b. perform on-site inspections of the urine analysis department of the Authority's urinalysis contractor; c. conduct an audit trail of samples pre-selected by the Authority; d. be prepared to attend any review which may arise as a result of their work, and give independent advice and evidence as required by the Authority; e. notify the Authority of any additional and relevant legislation or guidelines to the programme as they occur; f. review and validate any experimental work, research or study conducted by the Authority's urinalysis contractor or by other third parties; g. provide advice to the Authority on the technical and managerial merits of laboratories invited to tender for the re-let of the Authority's urinalysis contract; h. submit an annual written report to the Authority, to include a laboratory inspection report and the scientific conduct of the programme during the previous calendar year. The Full SOR can be found in the ITT attachments.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71620000",
                        "description": "Analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 228000,
            "amount": 190000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 228000,
                    "amount": 190000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Weighted value for money is the chosen methodology with a percentage split detailed below: 60% Technical/ quality 40% Price/ Cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60% 50% Technical 10% Social Value Please see DEFFORM 47 for further information"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "40% Price Please see DEFFORM47 for further information."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "See qualification envelope of the ITT on the DSP."
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "3x 1Year Option years"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-25T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Tenders to be submitted electronically via- https://contracts.mod.uk/go/15329964019B9E9162F3",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-11T10:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-19T10:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-06T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "002101-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002101-2026",
                "datePublished": "2026-01-12T08:57:18Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2027-11-01T23:59:59+00:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Payment in Arrears."
        }
    },
    "language": "en"
}