Planning

Toxicology Services - Drug and Alcohol Testing

GENERAL PHARMACEUTICAL COUNCIL

This public procurement record has 2 releases in its history.

Planning

20 Aug 2025 at 08:03

Planning

20 Aug 2025 at 08:01

Summary of the contracting process

The General Pharmaceutical Council is currently at the planning stage of a procurement process for the provision of Toxicology Services, specifically focusing on drug and alcohol testing. This procurement looks to support investigations and ensure participants adhere to conditions set forth during medical assessments. As a central government authority, headquartered in London, the GPhC is calling for interested suppliers to submit response forms by 17:00 on 2nd September 2025. This tender, ID GPhC145, falls within the services category and employs an open competition procurement method, with key dates for submission ending on 10th November 2025. The procurement aims to be formally announced in October 2025 and address various locations across Great Britain.

This tender represents significant opportunities for businesses involved in laboratory services, medical analysis, and expert witness services. Companies with expertise in providing phlebotomist and specimen collector support, as well as those skilled in conducting comprehensive blood, alcohol, and drug tests, can leverage this tender to grow their business presence and connect with a sub-central government authority. With a contract value estimated at £157,000 GBP and suitability for SMEs, this procurement offers the potential for both immediate and renewable business partnerships, spanning up to 6 years under flexible contract terms. Interested suppliers will also have the chance to provide supplementary reports and analysis results, contributing to the advancement of healthcare services in Great Britain.

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

Toxicology Services - Drug and Alcohol Testing

Notice Description

The GPhC wishes to inform the market of our intention to procure the provision of Toxicology Services - Drug and Alcohol Testing. Where there are concerns regarding physical or mental health, specifically drug and alcohol misuse, the GPhC may necessitate a Pharmacy Registrant (donor) undergo medical assessment, forming part of a wider Fitness to Practise investigation. In such cases, Toxicology Services (drug and alcohol testing) will be required to ascertain: i. if substance(s), as specified by the GPhC, have been used by the donor. ii. if substance(s), as specified by the GPhC, are being used by the donor. Moreover, a Registrant may also be required to enter a period of 'medical supervision' - monitoring to confirm compliance with any restrictions on their registration. Here, Toxicology Services (drug and alcohol testing) will be required to verify fulfilment of conditions set. The purpose of this notice is to raise awareness of our upcoming Request for Quotation sourcing activity, gauge accurate levels of market interest, and receive feedback on prospective plans/requirements in advance of the formal procurement process; to be announced in October 2025. Scope of services will include, the: 1. Supply of Phlebotomists and Specimen Collectors -throughout Great Britain- to collect donor samples: hair (head and body), nail, saliva, blood and urine. 2. Undertaking of sample drug testing for, but not limited to amphetamines, benzodiazepines, cannabinoids, cocaine, hallucinogens, hypnotic substances, ketamine, mephedrone, methadone, methamphetamines (including MDMA and MDEA), novel psychoactive substances, opiates, opioids, sedatives, steroids and tramadol. 3. Undertaking of sample alcohol -ethanol- testing; including phosphatidyl ethanol (PEth), carbohydrate-deficient transferrin (CDT) and fatty acid ethyl esters (FAEE) biomarkers, and ethyl glucuronide (EtG). 4. Undertaking of liver blood testing, formerly known as liver function tests (LFT). 5. Undertaking of full blood count testing (FBC), including mean corpuscular volume testing (MCV). 6. Secure email provision of sample analysis results within 3 working days; including the provision of supplementary reports which interpret results in an accessible (free from technical jargon, where possible), clear and concise manner. 7. Provision of a Certificate of Analysis (CoA). 8. Provision of testimony in the capacity of an Independent Expert Witness (where donor samples are tested for legal purposes). N.B. the Service Provider remains responsible for ensuring staff are adequately trained to undertake this requirement, if requested. Please note, samples are to be collected at a donors' home residence, or a neutral site as determined by the Service Provider. We kindly ask that all interested suppliers complete and submit this response form to Anna Kitoki, at procurement@pharmacyregulation.org by 17:00 on 02.09.2025. Any interest shown does not constitute a commitment to participate; and failure to show interest does not restrict suppliers from participating in this and/or any other procurement process run by the GPhC.

Lot Information

Lot 1

Renewal: 6 Years (2 Years + 2 Year extension + 2 Year extension)

Planning Information

The GPhC wishes to inform the market of our intention to procure the provision of Toxicology Services - Drug and Alcohol Testing. Where there are concerns regarding physical or mental health, specifically drug and alcohol misuse, the GPhC may necessitate a Pharmacy Registrant (donor) undergo medical assessment, forming part of a wider Fitness to Practise investigation. In such cases, Toxicology Services (drug and alcohol testing) will be required to ascertain: i. if substance(s), as specified by the GPhC, have been used by the donor. ii. if substance(s), as specified by the GPhC, are being used by the donor. Moreover, a Registrant may also be required to enter a period of 'medical supervision' - monitoring to confirm compliance with any restrictions on their registration. Here, Toxicology Services (drug and alcohol testing) will be required to verify fulfilment of conditions set. The purpose of this notice is to raise awareness of our upcoming Request for Quotation sourcing activity, gauge accurate levels of market interest, and receive feedback on prospective plans/requirements in advance of the formal procurement process; to be announced in October 2025. Scope of services will include, the: 1. Supply of Phlebotomists and Specimen Collectors -throughout Great Britain- to collect donor samples: hair (head and body), nail, saliva, blood and urine. 2. Undertaking of sample drug testing for, but not limited to amphetamines, benzodiazepines, cannabinoids, cocaine, hallucinogens, hypnotic substances, ketamine, mephedrone, methadone, methamphetamines (including MDMA and MDEA), novel psychoactive substances, opiates, opioids, sedatives, steroids and tramadol. 3. Undertaking of sample alcohol -ethanol- testing; including phosphatidyl ethanol (PEth), carbohydrate-deficient transferrin (CDT) and fatty acid ethyl esters (FAEE) biomarkers, and ethyl glucuronide (EtG). 4. Undertaking of liver blood testing, formerly known as liver function tests (LFT). 5. Undertaking of full blood count testing (FBC), including mean corpuscular volume testing (MCV). 6. Secure email provision of sample analysis results within 3 working days; including the provision of supplementary reports which interpret results in an accessible (free from technical jargon, where possible), clear and concise manner. 7. Provision of a Certificate of Analysis (CoA). 8. Provision of testimony in the capacity of an Independent Expert Witness (where donor samples are tested for legal purposes). N.B. the Service Provider remains responsible for ensuring staff are adequately trained to undertake this requirement, if requested. Please note, samples are to be collected at a donors' home residence, or a neutral site as determined by the Service Provider. We kindly ask that all interested suppliers complete and submit the response form (please see corresponding Planned Procurement Notice) to Anna Kitoki, at procurement@pharmacyregulation.org by 17:00 on 02.09.2025. Any interest shown does not constitute a commitment to participate; and failure to show interest does not restrict suppliers from participating in this and/or any other procurement process run by the GPhC.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058ae7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/050008-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
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

85 - Health and social work services


CPV Codes

38434520 - Blood analysers

71319000 - Expert witness services

71900000 - Laboratory services

85111810 - Blood analysis services

85121200 - Medical specialist services

85148000 - Medical analysis services

Notice Value(s)

Tender Value
£157,000 £100K-£500K
Lots Value
£157,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Aug 20256 months ago
Submission Deadline
10 Nov 2025Expired
Future Notice Date
20 Oct 2025Expired
Award Date
Not specified
Contract Period
5 Feb 2026 - 4 Feb 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GENERAL PHARMACEUTICAL COUNCIL
Contact Name
Not specified
Contact Email
procurement@pharmacyregulation.org
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E14 4QJ
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
Not specified

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

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-058ae7-2025-08-20T09:03:22+01:00",
    "date": "2025-08-20T09:03:22+01:00",
    "ocid": "ocds-h6vhtk-058ae7",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRY-5513-YMDN",
            "name": "General Pharmaceutical Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRY-5513-YMDN"
            },
            "address": {
                "streetAddress": "Level 14, One Cabot Square, Canary Wharf",
                "locality": "London",
                "postalCode": "E14 4QJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "procurement@pharmacyregulation.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.pharmacyregulation.org",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRY-5513-YMDN",
        "name": "General Pharmaceutical Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The GPhC wishes to inform the market of our intention to procure the provision of Toxicology Services - Drug and Alcohol Testing. Where there are concerns regarding physical or mental health, specifically drug and alcohol misuse, the GPhC may necessitate a Pharmacy Registrant (donor) undergo medical assessment, forming part of a wider Fitness to Practise investigation. In such cases, Toxicology Services (drug and alcohol testing) will be required to ascertain: i. if substance(s), as specified by the GPhC, have been used by the donor. ii. if substance(s), as specified by the GPhC, are being used by the donor. Moreover, a Registrant may also be required to enter a period of 'medical supervision' - monitoring to confirm compliance with any restrictions on their registration. Here, Toxicology Services (drug and alcohol testing) will be required to verify fulfilment of conditions set. The purpose of this notice is to raise awareness of our upcoming Request for Quotation sourcing activity, gauge accurate levels of market interest, and receive feedback on prospective plans/requirements in advance of the formal procurement process; to be announced in October 2025. Scope of services will include, the: 1. Supply of Phlebotomists and Specimen Collectors -throughout Great Britain- to collect donor samples: hair (head and body), nail, saliva, blood and urine. 2. Undertaking of sample drug testing for, but not limited to amphetamines, benzodiazepines, cannabinoids, cocaine, hallucinogens, hypnotic substances, ketamine, mephedrone, methadone, methamphetamines (including MDMA and MDEA), novel psychoactive substances, opiates, opioids, sedatives, steroids and tramadol. 3. Undertaking of sample alcohol -ethanol- testing; including phosphatidyl ethanol (PEth), carbohydrate-deficient transferrin (CDT) and fatty acid ethyl esters (FAEE) biomarkers, and ethyl glucuronide (EtG). 4. Undertaking of liver blood testing, formerly known as liver function tests (LFT). 5. Undertaking of full blood count testing (FBC), including mean corpuscular volume testing (MCV). 6. Secure email provision of sample analysis results within 3 working days; including the provision of supplementary reports which interpret results in an accessible (free from technical jargon, where possible), clear and concise manner. 7. Provision of a Certificate of Analysis (CoA). 8. Provision of testimony in the capacity of an Independent Expert Witness (where donor samples are tested for legal purposes). N.B. the Service Provider remains responsible for ensuring staff are adequately trained to undertake this requirement, if requested. Please note, samples are to be collected at a donors' home residence, or a neutral site as determined by the Service Provider. We kindly ask that all interested suppliers complete and submit the response form (please see corresponding Planned Procurement Notice) to Anna Kitoki, at procurement@pharmacyregulation.org by 17:00 on 02.09.2025. Any interest shown does not constitute a commitment to participate; and failure to show interest does not restrict suppliers from participating in this and/or any other procurement process run by the GPhC.",
                "dueDate": "2025-09-02T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "050007-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050007-2025",
                "datePublished": "2025-08-20T09:01:08+01:00",
                "format": "text/html"
            },
            {
                "id": "050008-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050008-2025",
                "datePublished": "2025-08-20T09:03:22+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "GPhC145",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Toxicology Services - Drug and Alcohol Testing",
        "description": "The GPhC wishes to inform the market of our intention to procure the provision of Toxicology Services - Drug and Alcohol Testing. Where there are concerns regarding physical or mental health, specifically drug and alcohol misuse, the GPhC may necessitate a Pharmacy Registrant (donor) undergo medical assessment, forming part of a wider Fitness to Practise investigation. In such cases, Toxicology Services (drug and alcohol testing) will be required to ascertain: i. if substance(s), as specified by the GPhC, have been used by the donor. ii. if substance(s), as specified by the GPhC, are being used by the donor. Moreover, a Registrant may also be required to enter a period of 'medical supervision' - monitoring to confirm compliance with any restrictions on their registration. Here, Toxicology Services (drug and alcohol testing) will be required to verify fulfilment of conditions set. The purpose of this notice is to raise awareness of our upcoming Request for Quotation sourcing activity, gauge accurate levels of market interest, and receive feedback on prospective plans/requirements in advance of the formal procurement process; to be announced in October 2025. Scope of services will include, the: 1. Supply of Phlebotomists and Specimen Collectors -throughout Great Britain- to collect donor samples: hair (head and body), nail, saliva, blood and urine. 2. Undertaking of sample drug testing for, but not limited to amphetamines, benzodiazepines, cannabinoids, cocaine, hallucinogens, hypnotic substances, ketamine, mephedrone, methadone, methamphetamines (including MDMA and MDEA), novel psychoactive substances, opiates, opioids, sedatives, steroids and tramadol. 3. Undertaking of sample alcohol -ethanol- testing; including phosphatidyl ethanol (PEth), carbohydrate-deficient transferrin (CDT) and fatty acid ethyl esters (FAEE) biomarkers, and ethyl glucuronide (EtG). 4. Undertaking of liver blood testing, formerly known as liver function tests (LFT). 5. Undertaking of full blood count testing (FBC), including mean corpuscular volume testing (MCV). 6. Secure email provision of sample analysis results within 3 working days; including the provision of supplementary reports which interpret results in an accessible (free from technical jargon, where possible), clear and concise manner. 7. Provision of a Certificate of Analysis (CoA). 8. Provision of testimony in the capacity of an Independent Expert Witness (where donor samples are tested for legal purposes). N.B. the Service Provider remains responsible for ensuring staff are adequately trained to undertake this requirement, if requested. Please note, samples are to be collected at a donors' home residence, or a neutral site as determined by the Service Provider. We kindly ask that all interested suppliers complete and submit this response form to Anna Kitoki, at procurement@pharmacyregulation.org by 17:00 on 02.09.2025. Any interest shown does not constitute a commitment to participate; and failure to show interest does not restrict suppliers from participating in this and/or any other procurement process run by the GPhC.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38434520",
                        "description": "Blood analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71319000",
                        "description": "Expert witness services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111810",
                        "description": "Blood analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85148000",
                        "description": "Medical analysis services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 157000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-05T00:00:00Z",
                    "endDate": "2028-02-04T23:59:59Z",
                    "maxExtentDate": "2032-02-04T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planned",
                "value": {
                    "amountGross": 157000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "6 Years (2 Years + 2 Year extension + 2 Year extension)"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-20T23:59:59+01:00"
        },
        "status": "planned",
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-11-10T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-27T17:00:00Z"
        },
        "documents": [
            {
                "id": "A-4419",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4419",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "language": "en"
}