Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Probation Board for Northern Ireland
c/o Construction and Procurement Delivery, 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.pbni.org.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 5063576 - DoJ - PBNI - Drug Testing Services
Reference number: ID 5063576
II.1.2) Main CPV code
71900000
II.1.3) Type of contract
Services
II.1.4) Short description
The Probation Board for Northern Ireland (PBNI) is a non-departmental public body established by the Probation Board (Northern Ireland) Order 1982. The core business of PBNI is: 1. The risk assessment of offenders to assist judges in determining appropriate sentences and Parole Commissioners in making decisions about release from custody; and 2. The supervision of offenders on a range of court orders and licenses. PBNI require a Supplier to provide a substance testing programme, including the collection, screening and analysis of samples. There are two elements of this contract: PBNI require a regional service across Northern Ireland to provide a range of tests (breathalyser, urine, blood testing and hair follicle testing) to test individuals subject to orders/licences for a range of drugs/alcohol. The testing will take place in PBNI offices throughout Northern Ireland. PBNI manages the Substance Misuse Court and requires individuals engaging in the process to be regularly and randomly drug and alcohol tested. Testing is required on a weekly basis and will take place in PBNI’s office at Laganside Court. Please refer to Schedule 2 (Specification) for full detail of requirements.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
240 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71600000
85110000
85120000
71632000
90743100
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
The testing will take place in PBNI offices and approved premises throughout Northern Ireland.
II.2.4) Description of the procurement
The Probation Board for Northern Ireland (PBNI) is a non-departmental public body established by the Probation Board (Northern Ireland) Order 1982. The core business of PBNI is: 1. The risk assessment of offenders to assist judges in determining appropriate sentences and Parole Commissioners in making decisions about release from custody; and 2. The supervision of offenders on a range of court orders and licenses. PBNI require a Supplier to provide a substance testing programme, including the collection, screening and analysis of samples. There are two elements of this contract: PBNI require a regional service across Northern Ireland to provide a range of tests (breathalyser, urine, blood testing and hair follicle testing) to test individuals subject to orders/licences for a range of drugs/alcohol. The testing will take place in PBNI offices throughout Northern Ireland. PBNI manages the Substance Misuse Court and requires individuals engaging in the process to be regularly and randomly drug and alcohol tested. Testing is required on a weekly basis and will take place in PBNI’s office at Laganside Court. Please refer to Schedule 2 (Specification) for full detail of requirements.
II.2.5) Award criteria
Quality criterion: AC1 Implementation and Resource Planning
/ Weighting: 10
Quality criterion: AC2 Service Delivery
/ Weighting: 12.5
Quality criterion: AC3 Personnel Experience
/ Weighting: 10
Quality criterion: AC4 Contract Management
/ Weighting: 7.5
Quality criterion: AC5 Social Value
/ Weighting: 10
Cost criterion: AC6 Collection Agent – Regular Working Hours
/ Weighting: 15
Cost criterion: AC7 Collection Agent – Out of Hours Bank/Public Holidays, outside 9:00am - 5:00pm
/ Weighting: 2.5
Cost criterion: AC8 Hair Testing Sample analysis
/ Weighting: 2.5
Cost criterion: AC9 Urine Testing Sample analysis
/ Weighting: 5
Cost criterion: AC10 Oral Fluid Testing Sample analysis
/ Weighting: 15
Cost criterion: AC11 Breath Testing Sample analysis
/ Weighting: 10
II.2.11) Information about options
Options:
Yes
Description of options:
The initial period will be for three years with one optional one year extension period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-032769
Section V: Award of contract
Contract No: 1
Title: DoJ - PBNI - Drug Testing Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/03/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 240 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies, is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be. threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a).. . The contract value listed is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. There is no guarantee of any level of business under this contract. The estimate is not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.. . Contract Monitoring: The successful contractor's performance on this contract will be managed as per specification and regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in Construction and Procurement Delivery for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD ran this competition in compliance with the Public Contracts Regulations 2015. With only one bid received, there were no unsuccessful economic operators, and therefore no requirement to apply a standstill period.
VI.5) Date of dispatch of this notice
01/04/2025