Award

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

DOJ FORENSIC SCIENCE NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

21 Feb 2023 at 15:29

Tender

22 Jun 2022 at 12:14

Summary of the contracting process

The Department of Justice Forensic Science Northern Ireland (DoJ FSNI) has completed the award process for the provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles. The procurement category is goods, and the total contract value is £739,688. The contract was signed on February 15, 2023. The procurement method used was an open procedure, and the tender was cancelled. The contracting authority is DoJ FSNI located at 151 Belfast Road, Carrickfergus, UK. The procurement involved award criteria covering various quality aspects and total contract cost.

This procurement opportunity for the Continuous Probability Software System presents a chance for businesses specializing in software and information systems to engage with the Department of Justice in Northern Ireland. Companies experienced in the development and maintenance of software systems, particularly in forensic analysis, are well-suited to compete for this tender. The contract includes provisions for training, installation, maintenance, and support services. Businesses must comply with specific quality criteria and cost considerations to be considered for the award.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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.

Lot Information

Lot 1

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. Additional information: The Contractor must comply with the specification in full.

Options: After the initial contract period, there are 2 options to extend for up to 5 years each each.

Renewal: 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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03493a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005204-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

48400000 - Business transaction and personal business software package

48460000 - Analytical, scientific, mathematical or forecasting software package

Notice Value(s)

Tender Value
£739,688 £500K-£1M
Lots Value
£739,688 £500K-£1M
Awards Value
Not specified
Contracts Value
£739,688 £500K-£1M

Notice Dates

Publication Date
21 Feb 20233 years ago
Submission Deadline
25 Jul 2022Expired
Future Notice Date
Not specified
Award Date
15 Feb 20233 years ago
Contract Period
Not specified - Not specified
Recurrence
12 months prior to expiry of this contract anticipated to be March 2037.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DOJ FORENSIC SCIENCE NORTHERN IRELAND
Contact Name
SSDAdmin.CPDfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CARRICKFERGUS
Postcode
BT38 8PL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0F Mid and East Antrim
Delivery Location
TLN0 Northern Ireland

Local Authority
Mid and East Antrim
Electoral Ward
Greenisland
Westminster Constituency
East Antrim

Supplier Information

Number of Suppliers
1
Supplier Name

INFORMATION WITHHELD FOR SECURITY REASONS.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03493a-2023-02-21T15:29:45Z",
    "date": "2023-02-21T15:29:45Z",
    "ocid": "ocds-h6vhtk-03493a",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 4110597",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ - FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 739688,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. Additional information: The Contractor must comply with the specification in full.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 Proposed Implementation Plan",
                            "type": "quality",
                            "description": "24"
                        },
                        {
                            "name": "AC2 Key Personnel Experience in the Development and Validation of Continuous Probability Software",
                            "type": "quality",
                            "description": "24"
                        },
                        {
                            "name": "AC3 Ongoing Support, Maintenance and Continued Development",
                            "type": "quality",
                            "description": "16.5"
                        },
                        {
                            "name": "AC4 Social Value Methodology",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "AC5 Total Contract Cost",
                            "type": "cost",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 739688,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "After the initial contract period, there are 2 options to extend for up to 5 years each each."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48400000",
                        "description": "Business transaction and personal business software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48460000",
                        "description": "Analytical, scientific, mathematical or forecasting software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "contractTerms": {
            "performanceTerms": "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."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-07-25T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-10-23T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-07-25T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-25T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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.",
        "recurrence": {
            "description": "12 months prior to expiry of this contract anticipated to be March 2037."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-56332",
            "name": "DoJ Forensic Science Northern Ireland",
            "identifier": {
                "legalName": "DoJ Forensic Science Northern Ireland"
            },
            "address": {
                "streetAddress": "151 Belfast Road",
                "locality": "CARRICKFERGUS",
                "region": "UK",
                "postalCode": "BT38 8PL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "SSDAdmin.CPDfinance-ni.gov.uk",
                "email": "SSDAdmin.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-56333",
            "name": "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.",
            "identifier": {
                "legalName": "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."
            },
            "address": {
                "locality": "As above",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-75811",
            "name": "Information withheld for Security Reasons.",
            "identifier": {
                "legalName": "Information withheld for Security Reasons."
            },
            "address": {
                "locality": "Witheld",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@fiinance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-56332",
        "name": "DoJ Forensic Science Northern Ireland"
    },
    "language": "en",
    "awards": [
        {
            "id": "005204-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract - ID 4110597 DoJ FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-75811",
                    "name": "Information withheld for Security Reasons."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "005204-2023-1-1",
            "awardID": "005204-2023-1-1",
            "title": "Contract - ID 4110597 DoJ FSNI - Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles",
            "status": "active",
            "value": {
                "amount": 739688,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}