Award

DOJ - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal

POLICE OMBUDSMAN FOR NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

04 Feb 2026 at 11:12

Tender

12 Sep 2025 at 17:01

Summary of the contracting process

The procurement process, initiated by the Office of the Police Ombudsman for Northern Ireland, involved the provision, implementation, and support of a Case Management System and an online complaints portal. Categorised under IT services, this contract falls within the public authority and central government industry sector, and is located in Belfast, United Kingdom. The award for this contract was announced on 4th February 2026, with the contract set to commence on 16th February 2026 and run until 15th October 2031, with potential extensions up to 2036. The procurement stage is complete, following a competitive flexible procedure. Key stakeholders included the CPD - Supplies & Services Division, acting as the procuring entity, and the Police Ombudsman as the buyer, with a standstill period ending on 13th February 2026.

This tender represents valuable opportunities for businesses in the IT services sector, particularly those specialising in case management systems and online platforms. SMEs, in particular, showed strong competition in the final bidding stages, reflecting a robust landscape for smaller enterprises to grow through government contracts. The services demand includes consulting, software development, and support, which can be a significant growth area for businesses adept at technological innovation and solution integration. Firms capable of demonstrating high-quality development and implementation stages, as well as secure data handling, will find themselves well-positioned to secure similar contracts in the future.

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 - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal

Notice Description

The Office of the Police Ombudsman (OPONI) (Buyer / Authority) has a requirement for the provision of a COTS solution for the Provision, Implementation and Support of a Case Management System with one-way customer portal. (Contract). OPONI requires a managed solution which will transform its current investigations tools and processes and deliver efficiencies by exploiting current and emerging technology matched to the current and future needs of OPONI's continuous improvement priorities.

Lot Information

Lot 1

Renewal: There will be an option to extend the Contract for a further two periods; a 3-year extension and then a 2-year extension. (5 yrs 6 months (+ 3yrs + 2 yrs)).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0599cb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009863-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

48311000 - Document management software package

48311100 - Document management system

48422000 - Software package suites

48517000 - IT software package

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

72212311 - Document management software development services

72300000 - Data services

72416000 - Application service providers

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
£1,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20262 weeks ago
Submission Deadline
13 Oct 2025Expired
Future Notice Date
Not specified
Award Date
4 Feb 20262 weeks ago
Contract Period
16 Feb 2026 - 15 Oct 2031 Over 5 years
Recurrence
2036-09-29

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
POLICE OMBUDSMAN FOR NORTHERN IRELAND
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

OFFICE OF THE POLICE OMBUDSMAN NORTHERN IRELAND

Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 1PG
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)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

WITHHELD SECTION94 SUPPLIER

Further Information

Notice Documents

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-0599cb-2026-02-04T11:12:59Z",
    "date": "2026-02-04T11:12:59Z",
    "ocid": "ocds-h6vhtk-0599cb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDYZ-7751-QWQD",
            "name": "Police Ombudsman for Northern Ireland",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDYZ-7751-QWQD"
            },
            "address": {
                "streetAddress": "New Cathedral Buildings, Writers' Square, 11 Church Street",
                "locality": "Belfast",
                "postalCode": "BT1 1PG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "BELFAST",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland"
        },
        {
            "id": "GB-PPON-PBXY-3232-WNHZ",
            "name": "Withheld Section94 Supplier",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBXY-3232-WNHZ"
            },
            "address": {
                "streetAddress": "Withheld address line 1",
                "locality": "Withheld Town",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "witheldemail@noreply.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDYZ-7751-QWQD",
        "name": "Police Ombudsman for Northern Ireland"
    },
    "planning": {
        "noEngagementNoticeRationale": "The following PME's were carried out regarding this Tender, prior to PA23 therefore no PME Notices following the introduction of PA23 were issued; CFT 1171583 - DOJ -Police Ombudsman NI - Replacement Case Handling System and recurring Support and Maintenance of the system -PME - Published on etendersni - 27/10/17 ID 3746608 - DOJ - PONI - Case Handling System (replacement) - Pre Market Engagement Exercise - Published on etendersni - 01/11/2021 ID 4777000 - DOJ - PONI- Provision of a Case Handling System - PME published on etendersni - 26/04/23 As part of this engagement suppliers were invited to submit a response to a questionnaire followed by meetings with suppliers who submitted a response with Police Ombudsman NI."
    },
    "tender": {
        "id": "ID 6127895",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DOJ - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal",
        "description": "The Office of the Police Ombudsman (OPONI) (Buyer / Authority) has a requirement for the provision of a COTS solution for the Provision, Implementation and Support of a Case Management System with one-way customer portal. (Contract). OPONI requires a managed solution which will transform its current investigations tools and processes and deliver efficiencies by exploiting current and emerging technology matched to the current and future needs of OPONI's continuous improvement priorities.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212311",
                        "description": "Document management software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72416000",
                        "description": "Application service providers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48311000",
                        "description": "Document management software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48311100",
                        "description": "Document management system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48422000",
                        "description": "Software package suites"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48517000",
                        "description": "IT software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Solution Demonstration/Verification Stage Before the intention to award phase, as part of the verification process, the tenderer with the highest scoring compliant bid will be required to provide a working demonstration of their proposed solution to verify some technical requirements by way of a verification exercise. The solution must be demonstrated comprehensively against the requirements marked with '(Y) and (Y*) within the detailed requirements in Schedule 2 (Specification). This is to ensure that the solution meets the requirements. NOTE: the requirements indicated by (Y*) for verification, it is only the areas within that requirement marked with a * that will require to be verified. In the event that the Tenderer's proposed system is determined not to comply with any Requirement of the specification following the verification exercise, the tenderer will be considered eliminated from the tender exercise and the next highest scoring tenderer will be asked to undertake verification."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-13T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-03T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-14T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 3600000,
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Award Criteria (AC)",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC 1 - Development & Implementation",
                            "description": "As per Tender documentation. Weighting = 21%"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Effectiveness of Solution",
                            "description": "As per Tender documentation. Weighting = 10.8%"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 - Data Security",
                            "description": "As per Tender documentation. Weighting = 12%"
                        },
                        {
                            "type": "quality",
                            "name": "AC4 -Contract Management - Support and Contingency",
                            "description": "As per Tender documentation. Weighting = 6%"
                        },
                        {
                            "type": "quality",
                            "name": "AC5 - Social Value",
                            "description": "As per Tender documentation. Weighting = 10.2%"
                        },
                        {
                            "type": "cost",
                            "name": "AC6 - Price",
                            "description": "As per Tender documentation. Weighting = 40%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per Tender documentation"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-17T00:00:00+00:00",
                    "endDate": "2031-06-16T23:59:59+01:00",
                    "maxExtentDate": "2036-06-16T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend the Contract for a further two periods; a 3-year extension and then a 2-year extension. (5 yrs 6 months (+ 3yrs + 2 yrs))."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "056371-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056371-2025",
                "datePublished": "2025-09-12T18:01:08+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2036-09-29T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Contract Value The estimated value figure indicated in the Scope Section represents an overall 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 contracting 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. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier 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 a Supplier 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. Invoicing details are contained within the Tender Documents."
        },
        "riskDetails": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: 1. This contract includes additional service days to provide for continuous improvement and also to cover for unknown risks that may arise throughout the contract period. The additional services days may be used to cover the following as a minimum; * Enhancement to the functionality of the solution within the scope of this contract; * System configuration changes/upgrades; * Enhancement or additional interface requirements; * Technology changes - to support the introduction of new technologies; * Changes required to the solution due to changes to legislation; * Development of new reports or amendments to existing reports; and * Import/export data changes to system interfaces . Additional Training The pricing Schedule includes an area for Suppliers to insert their daily rate for the provision of additional services throughout the contract period. 2. The Contracting Authority has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. Exclusions If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. The Contracting 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. This tender competition includes a verification stage; Before the intention to award phase, as part of the verification process, the tenderer with the highest scoring compliant bid will be required to provide a working demonstration of their proposed solution to verify some technical requirements by way of a verification exercise. The solution must be demonstrated comprehensively against the requirements marked with '(Y) and (Y*) within the detailed requirements in Schedule 2 (Specification). This is to ensure that the solution meets the requirements. NOTE: the requirements indicated by (Y*) for verification, it is only the areas within that requirement marked with a * that will require to be verified. In the event that the Tenderer's proposed system is determined not to comply with any Requirement of the specification following the verification exercise, the tenderer will be considered eliminated from the tender exercise and the next highest scoring tenderer will be asked to undertake verification. Suppliers 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."
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 16,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 10,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "ID 6127895 - DOJ - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal",
            "status": "pending",
            "date": "2026-02-04T00:00:00Z",
            "value": {
                "amountGross": 1800000,
                "amount": 1500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PBXY-3232-WNHZ",
                    "name": "Withheld Section94 Supplier"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-13T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-02-16T00:00:00Z",
                "endDate": "2031-10-15T23:59:59+01:00",
                "maxExtentDate": "2036-10-15T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The initial contract period is for 5 years and 8 months, with up to 8 months for implementation period and 5 years from \"Go Live\" of the System. There will be an option to extend the Contract for a further two periods; a 3-year extension and then a 2-year extension."
            },
            "hasOptions": true,
            "options": {
                "description": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: 1. This contract includes additional service days to provide for continuous improvement and also to cover for unknown risks that may arise throughout the contract period. The additional services days may be used to cover the following as a minimum; * Enhancement to the functionality of the solution within the scope of this contract; * System configuration changes/upgrades; * Enhancement or additional interface requirements; * Technology changes - to support the introduction of new technologies; * Changes required to the solution due to changes to legislation; * Development of new reports or amendments to existing reports; * Import/export data changes to system interfaces, and . Additional Training The Contracting Authority has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. The Contract value figure indicated in this Notice represents an overall 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 contracting Authority can provide any guarantee as to the level of business under this contract."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "009863-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/009863-2026",
                    "datePublished": "2026-02-04T11:12:59Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-04T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-14T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}