Scope
Reference
ID 6127895
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.
Contract 1. ID 6127895 - DOJ - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal
Supplier
Contract value
- £1,500,000 excluding VAT
- £1,800,000 including VAT
Above the relevant threshold
Award decision date
4 February 2026
Date assessment summaries were sent to tenderers
4 February 2026
Standstill period
- End: 13 February 2026
- 8 working days
Earliest date the contract will be signed
14 February 2026
Contract dates (estimated)
- 16 February 2026 to 15 October 2031
- Possible extension to 15 October 2036
- 10 years, 8 months
Description of possible extension:
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.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
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.
CPV classifications
- 48000000 - Software package and information systems
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UKN - Northern Ireland
Information about tenders
- 16 tenders received
- 10 tenders assessed in the final stage:
- 7 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 9 suppliers unsuccessful (details included for contracts over £5 million)
Submission
Submission type
Tenders
Procedure
Procedure type
Competitive flexible procedure
Supplier
Withheld Section94 Supplier
- Public Procurement Organisation Number: PBXY-3232-WNHZ
Withheld address line 1
Withheld Town
BT3 9ED
United Kingdom
Email: witheldemail@noreply.com
Region: UKN06 - Belfast
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. ID 6127895 - DOJ - OPONI - Provision, implementation and Support of a Case Management System and On-line Complaints Portal
Contracting authority
Police Ombudsman for Northern Ireland
- Public Procurement Organisation Number: PDYZ-7751-QWQD
New Cathedral Buildings, Writers' Square, 11 Church Street
Belfast
BT1 1PG
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: 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
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House, 303 Airport Road West
BELFAST
BT3 9ED
United Kingdom
Region: UKN06 - Belfast