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 Notice

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

  • First published: 23 June 2022
  • Last modified: 23 June 2022
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03493a
Published by:
DoJ Forensic Science Northern Ireland
Authority ID:
AA81148
Publication date:
23 June 2022
Deadline date:
25 July 2022
Notice type:
Contract 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 notice

Section I: Contracting authority

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.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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.1.5) Estimated total value

Value excluding VAT: 739 688.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

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

Criteria below:

Quality criterion: AC1 Methodology / Weighting: 16

Quality criterion: AC2 Key Personnel Experience / Weighting: 12

Quality criterion: AC3 Contract Management / Weighting: 6

Quality criterion: AC4 Social Value Methodology / Weighting: 6

Cost criterion: AC5 Total Contract Cost / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: 739 688.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The contract is anticipated to be renewed on expiry of the final contract period and prior to March 2038 (if the two options to extend are taken up).

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Client will monitor the Contractor’s performance against the agreed Key Performance Indicators as detailed in the Commercial Conditions of Contract Schedule for ICT Schedule 5 – Contract and Service Management and Specification Schedule.

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/07/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23/10/2022

IV.2.7) Conditions for opening of tenders

Date: 25/07/2022

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

12 months prior to expiry of this contract anticipated to be March 2037.

VI.3) Additional information

Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any Contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.

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 will 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

22/06/2022

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.