Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

ID 5063576 - DoJ - PBNI - Drug Testing Services

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04a7fd
Published by:
Probation Board for Northern Ireland
Authority ID:
AA36656
Publication date:
07 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85110000 Hospital and related services Health services
71900000 Laboratory services Architectural, construction, engineering and inspection services
85120000 Medical practice and related services Health services
71632000 Technical testing services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
90743100 Toxic substances monitoring services Services related to toxic substances pollution

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.