Tender Details
Title

ID 5063576 - DoJ - PBNI - Drug Testing Services 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 ...

Country
Language
English
Organization
Published Date
11.10.2024
Deadline Date
12.11.2024
Overview
ID 5063576 - DoJ - PBNI - Drug Testing Services 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 ... PBNI - Probation Board for Northern Ireland ID 5063576 - DoJ - PBNI - Drug Testing Services - Opportunity ID 5063576 - DoJ - PBNI - Drug Testing Services PBNI - Probation Board for Northern Ireland F02: Contract notice Notice reference: 2024/S 000-032769 Published 11 October 2024, 12:06pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses PBNI - Probation Board for Northern Ireland 80-90 North St, BELFAST BT1 1LD Email justice.cpd@finance-ni.gov.uk Country United Kingdom NUTS code UK - United Kingdom Internet address(es) Main address https://www.pbni.org.uk/ Buyer's address https://www.finance-ni.gov.uk/topics/procurement one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://etendersni.gov.uk/epps Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://etendersni.gov.uk/epps Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title ID 5063576 - DoJ - PBNI - Drug Testing Services two.1.2) Main CPV codeII.1.2) Main CPV code 71900000 - Laboratory services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.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. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £240,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 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 two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKN - Northern Ireland two.2.4) Description of the procurementII.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. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £240,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options The intial period will be for three years with one optional one year extension period. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. . . This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. . . This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. . . The Contracting Authority does not bind itself to accept the lowest or any tender. . . Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. . . No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria as per Tender documentation. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 12 November 2024 Local time 3:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 11 May 2025 four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 12 November 2024 Local time 3:30pm Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.3) Additional informationVI.3) Additional information Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 CPD 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates.. six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.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 Country United Kingdom six.4.3) Review procedureVI.4.3) Review procedure Precise information on deadline(s) for review procedures CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into. Back to top 1728678437 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action ID 5063576 - DoJ - PBNI - Drug Testing ServicesPBNI - Probation Board for Northern Ireland  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 ...  Notice typeF02: Contract noticeClosing12 November 2024, 3:00pmContract locationUKN - Northern IrelandTotal value £240,000 Publication date11 October 2024, 12:06pm
NAICS
Business All Other Professional Jewelry Computing Infrastructure Providers Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Religious Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Hair Turned Product and Screw Other Justice Regulation Medical Commercial Jewelry Courts Courts Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Medical Funds
CPVS
Parts of structures Collection, transport and disposal of hospital waste System, storage and content management software package Mains Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Publications Boards Frames Technical testing, analysis and consultancy services Office, school and office equipment cleaning services Feasibility study, advisory service, analysis Supports Structures and parts Alcohols, phenols, phenol-alcohols and their halogenated, sulphonated, nitrated or nitrosated derivat... System, storage and content management software development services Watches Vats Monitors Other services Keys Scales Alcohol Radio, television, communication, telecommunication and related equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Nuts Scales Boards Calendars Awards Business cases Watches Medical practice Drug cases Single room Case making services Tent, for office use
Regions
Europe Northern Europe
Sectors
Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Supply Minerals and Mining Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Industry Laboratory Equipment and Services Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert