Awarded contract

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

  • DoJ Forensic Science Northern Ireland

F03: Contract award notice

Notice reference: 2023/S 000-005204

Published 21 February 2023, 3:29pm



Section one: Contracting authority

one.1) Name and addresses

DoJ Forensic Science Northern Ireland

151 Belfast Road

CARRICKFERGUS

BT38 8PL

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.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

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £739,688

two.2) Description

two.2.2) Additional CPV code(s)

  • 48400000 - Business transaction and personal business software package
  • 48460000 - Analytical, scientific, mathematical or forecasting software package

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: AC1 Proposed Implementation Plan / Weighting: 24

Quality criterion - Name: AC2 Key Personnel Experience in the Development and Validation of Continuous Probability Software / Weighting: 24

Quality criterion - Name: AC3 Ongoing Support, Maintenance and Continued Development / Weighting: 16.5

Quality criterion - Name: AC4 Social Value Methodology / Weighting: 10.5

Cost criterion - Name: AC5 Total Contract Cost / Weighting: 25

two.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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Contractor must comply with the specification in full.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-017045


Section five. 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

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other 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

five.2.3) Name and address of the contractor

Information withheld for Security Reasons.

Witheld

Email

SSDAdmin.CPD@fiinance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £739,688

Total value of the contract/lot: £739,688


Section six. Complementary information

six.4) Procedures for review

six.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

Country

United Kingdom

six.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.