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

DoJ - FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles

  • First published: 22 February 2023
  • Last modified: 22 February 2023
  • Version: N/A
  • Record interest

     

  • 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-03493a
Published by:
DoJ Forensic Science Northern Ireland
Authority ID:
AA81148
Publication date:
22 February 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48460000 Analytical, scientific, mathematical or forecasting software package Business transaction and personal business software package
48400000 Business transaction and personal business software package Software package and information systems
48000000 Software package and information systems Computer and Related Services

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:
SSDAdmin.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.