By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Drug Testing Kits, Portable Drug Testing Machines and Laboratory Sample Testing Services.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

West Mercia Probation Trust
Stourbank House, 90 Mill Street
For the attention of: Andrew Langdon-Ellis
DY116XA Kidderminster
UNITED KINGDOM
Telephone: +44 2392454545
E-mail:

Internet address(es):

General address of the contracting authority: http://www.westmerciaprobation.org.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Provision of Drug Testing Kits, Portable Drug Testing Machines and Laboratory Sample Testing Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Across England and Wales.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
West Mercia Probation Trust as the Contracting Authority is putting in place a pan Probation framework agreement for the supply and delivery of drug testing kits and/or equipment, and where required or appropriate the maintenance and collection of drug testing kits and/or equipment, and the confirmatory laboratory testing and analysis of samples for use by or on behalf of UK public sector bodies. These bodies include but are not limited to Probation Trusts, local authorities, voluntary sector charities, and/or other private organisations acting as managing agents or procuring on behalf of these public sector bodies. (see section VI.3, additional information).
The above public sector bodies have a need for the provision of drug testing services to facilitate the enforcement of community sentences issued by the courts and for community based management of substance misuse and rehabilitation programmes. The services are required primarily in England and Wales, although the framework may also be used by UK Contracting Authorities in Scotland and Northern Ireland. The Contracting Authority considers that this opportunity may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators or in assessing the most economically advantageous tender.
The Framework Agreement will have an initial term of 2 years, with the option to extend for 2 further terms each of up to 1 year's duration.
Framework suppliers will be expected to offer all the services listed either across the UK or on a more localisedbasis, either directly or through sub-contractors. The detailed services to be delivered will be more fully definedin the Invitation to Tender (ITT).
II.1.5)Common procurement vocabulary (CPV)

71900000, 33124100, 33124130

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Complinace to technical specification. Weighting 100
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
WMPT-2013-001
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 19-028611 of 26.1.2013

Section V: Award of contract

V.1)Date of contract award decision:
12.11.2013
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken
V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The duration referenced in section II.1.4 is for the placing of orders.
The value provided in section II.1.4 is only an estimate. The Contracting Authority cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from those anticipated levels given in this notice.
Potential bidder's should note that West Mercia Probation Trust reserves the right to:
- cancel this procurement at any stage and not to award any contract as a result of the procurement process commenced by publication of this notice,
- accept all or part of any tender unless the tenderer expressly stipulates otherwise,
- make any changes it sees fit to the procurement process; and remove and/or amend element(s)from the scope of the requirements.
If West Mercia Probation Trust decides to enter into a framework agreement with successful suppliers, this does not guarantee subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers and in no circumstances will West Mercia Probation Trust be liable for any costs incurred by candidates associated with the compilation and submission of tenders.
Any orders placed under any framework agreement entered into as a result of this procurement process will form a separate contract under the scope of this framework between the supplier and the requesting contracting body.
Potential suppliers should note that, in accordance with the UK Government's policies on transparency, West Mercia Probation Trust intends to publish the Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of West Mercia Probation Trust. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right (a) not to award any contract as a result of the procurement process commenced by publication of this notice; and (b) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. West Mercia Probation Trust wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations:
English and Welsh Probation Trusts

http://www.justice.gov.uk/about/probation/probation-trusts

Local Authorities.

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG)

Third Sector and Charities.

http://www.charity-commission.gov.uk/

http://www.hmrc.gov.uk/charities/charities-search.htm

http://www.oscr.org.uk/

Scottish Local Authorities.

http://www.scotland-excel.org.uk/customers/index.asp

Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh LocalAuthorities.

http://www.assemblywales.org/abthome/abt-links.htm

http://new.wales.gov.uk/?lang=en

http://www.direct.gov.uk/en/dl1/directories/localcouncils/dg_065241

Northern Ireland Public Sector Bodies and Local Authorities.

http://www.northernireland.gov.uk/az2.htm

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
16.1.2014