Illicit Substances and Alcohol Testing Services
Ministry of Justice Quality assurance Programme – In relation to Illicit Substances and Alcohol monitoring services.
United Kingdom-Leeds: Laboratory services
2016/S 017-025987
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Justice
Harcourt House, 21 The Calls
Contact point(s): Commercial and Contract Management Directorate — Leeds
For the attention of: Smith Andrew
LS2 7EH Leeds
UNITED KINGDOM
Telephone: +44 1132021048
E-mail: andy.smith1@justice.gsi.gov.uk
Fax: +44 1132027420
Internet address(es):
General address of the contracting authority: http://www.justice.gov.ukabout/procurement.htm
Address of the buyer profile: http://www.justice.gov.uk
Electronic access to information: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Electronic submission of tenders and requests to participate: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom — England and Wales.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 160 000 and 180 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Quality Assurance Programme will need to be flexible enough to incorporate new products approved by the Home Office, if and when they come on stream.
II.1.6)Common procurement vocabulary (CPV)
71900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
Range: between 160 000 and 180 000 GBP
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 20
2. Quality. Weighting 80
3. Delivery performance
4. Risk
5. Overall cost-effectiveness
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 017-026920 of 24.1.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 4 Years.
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice: