
Market Leads & Opportunities
United Kingdom-CARRICKFERGUS: DoJ – FSNI – Provision of a Continuous Probability Software System for the Interpretation and Statistical Analysis of Forensic DNA Profiles
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-017045/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: DoJ Forensic Science Northern Ireland
Postal address: 151 Belfast Road
Town: CARRICKFERGUS
Postal code: BT38 8PL
Country: United Kingdom
Contact Person: SSDAdmin.CPDfinance-ni.gov.uk
Email: SSDAdmin.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned 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: 739688.00 Currency: GBP
II.1.6) Information about lots:
The 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:
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
II.2.6) Estimated value:
Value excluding VAT: 739688.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes 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.2.2) 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 procedureIV.1.8) Information about the 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: 2022-07-25 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 tender must maintain the tender
Tender must be valid until:2022-10-23
IV.2.7) Conditions for opening tenders
Date: 2022-07-25 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.2) Information about electronic workflows
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
Official 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.
Town: As above
Country: United Kingdom
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:2022-06-22
More Opportunties
- United Kingdom-York: Provision of Stationery, Cleaning Consumables and Equipment
21 May 25
Provision of Stationery, Cleaning Consumables and Equipment estimated value of £1.2 million per annum. Full scope details are still in early development stage.> > - United Kingdom-Belfast: Annual License for EIDO Patient Information Leaflets
21 May 25
Direct Award for Annual License for EIDO Patient Information Leaflets> > - United Kingdom-Belfast: Annual License for EIDO Patient Information Leaflets
21 May 25
Direct Award for Annual License for EIDO Patient Information Leaflets> >