ID 5063576 - DoJ - PBNI - Drug Testing Services

A Contract Award Notice
by PROBATION BOARD FOR NORTHERN IRELAND

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£240K
Sector
INDUSTRIAL
Published
01 Apr 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

The testing will take place in PBNI offices and approved premises throughout Northern Ireland

Geochart for 1 buyers and 1 suppliers

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.

Award Detail

1 [Redacted] (None)
  • DoJ - PBNI - Drug Testing Services
  • Reference: 012138-2025-1-1
  • Value: £240,000

Renewal Options

The initial period will be for three years with one optional one year extension period.

Award Criteria

AC1 Implementation and Resource Planning 10
AC2 Service Delivery 12.5
AC3 Personnel Experience 10
AC4 Contract Management 7.5
AC5 Social Value 10
AC6 Collection Agent – Regular Working Hours 15
AC7 Collection Agent – Out of Hours Bank/Public Holidays, outside 9:00am - 5:00pm 2.5
AC8 Hair Testing Sample analysis 2.5
AC9 Urine Testing Sample analysis 5
AC10 Oral Fluid Testing Sample analysis 15
AC11 Breath Testing Sample analysis 10

CPV Codes

  • 71900000 - Laboratory services
  • 71600000 - Technical testing, analysis and consultancy services
  • 85110000 - Hospital and related services
  • 85120000 - Medical practice and related services
  • 71632000 - Technical testing services
  • 90743100 - Toxic substances monitoring services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains