Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DoJ Forensic Science Northern Ireland
151 Belfast Road
CARRICKFERGUS
BT38 8PL
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
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
DoJ - FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles
Reference number: ID 4110597
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The DNA unit within FSNI manages the throughput of all evidential samples taken from persons arrested by the police in connection with recordable offences, samples recovered from crime scenes and samples recovered from exhibits. FSNI wishes to appoint a Contractor for the Provision, Installation, Maintenance and Support of a Fully Continuous Probability Software System for the interpretation and statistical analysis of forensic DNA profiles. The services required include the provisioning and licensing for a fully continuous probability software COTS (Commercial off the Shelf) package, on-site installation (if required), training, maintenance and support. The key objectives and outcomes to be achieved are: • A system that generates a likelihood ratio by considering observations under two propositions; and • While considering biological parameters such as peak height ratios, mixture ratios and stutter percentages.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
739 688.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
48400000
48460000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The DNA unit within FSNI manages the throughput of all evidential samples taken from persons arrested by the police in connection with recordable offences, samples recovered from crime scenes and samples recovered from exhibits. FSNI wishes to appoint a Contractor for the Provision, Installation, Maintenance and Support of a Fully Continuous Probability Software System for the interpretation and statistical analysis of forensic DNA profiles. The services required include the provisioning and licensing for a fully continuous probability software COTS (Commercial off the Shelf) package, on-site installation (if required), training, maintenance and support. The key objectives and outcomes to be achieved are: • A system that generates a likelihood ratio by considering observations under two propositions; and • While considering biological parameters such as peak height ratios, mixture ratios and stutter percentages.
II.2.5) Award criteria
Quality criterion: AC1 Proposed Implementation Plan
/ Weighting: 24
Quality criterion: AC2 Key Personnel Experience in the Development and Validation of Continuous Probability Software
/ Weighting: 24
Quality criterion: AC3 Ongoing Support, Maintenance and Continued Development
/ Weighting: 16.5
Quality criterion: AC4 Social Value Methodology
/ Weighting: 10.5
Cost criterion: AC5 Total Contract Cost
/ Weighting: 25
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there are 2 options to extend for up to 5 years each each.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Contractor must comply with the specification in full.
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:
2022/S 000-017045
Section V: Award of contract
Contract No: 1
Title: Contract - ID 4110597 DoJ FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/02/2023
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.
Witheld
UK
E-mail: SSDAdmin.CPD@fiinance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
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:
: 739 688.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
As above
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD comply with the Public Contracts Regulations 2015 (as amended) 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.
VI.5) Date of dispatch of this notice
21/02/2023