Scope
Reference
ID 5996575
Description
The Police Service of Northern Ireland (PSNI) (referred to as "Buyer" herein and within the Mid-Tier Core Terms and Schedules) require a Supplier(s) to provide forensic accountancy expertise and resources to assist in financial investigations.
The PSNI is seeking to engage forensic accountancy expertise and resources to assist in financial investigations, particularly when there are complex and specialist financial issues.
As well as forensic accountancy requirements, there is a requirement for specialist forensic technology services in relation to electronic data extraction and analysis.
A number of other government entities may also avail of the services provided by the Supplier(s) under the provision of this contract. A list of those organisations that may utilise the provisions under this contract has been provided below:
• Police Service of Northern Ireland;
• Northern Ireland Environment Agency (NIEA);
• Police Ombudsman Northern Ireland;
• Department of Justice; and
• Department of Finance (DoF).
This is a collaborative contract for the provision of forensic accountancy services, which will be broken into two Lots.
Lot 1 - Forensic Accountancy - This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.
Lot 2 - Electronic Data Extraction and Analysis Services - This Lot will involve the provision of electronic data extraction and analysis services.
Suppliers should refer to ID 5996575 - Mid Tier Schedule 02 Specification - Forensic Accounting Services for full details relating to the deliverables of this contract.
Total value (estimated)
- £922,444 excluding VAT
- £1,106,932.80 including VAT
Above the relevant threshold
Contract dates (estimated)
- 11 August 2026 to 10 August 2030
- Possible extension to 10 August 2031
- 5 years
Description of possible extension:
Following the initial contract period, there is 1 potential extension periods of up to 12 months. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.
Options
The right to additional purchases while the contract is valid.
In addition, the Supplier may also be required to provide ad hoc forensic accountancy services as requested by PSNI. These may include, but are not limited to, additional financial analysis, expert witness preparation, document review, fraud investigation, or reporting tasks that arise outside the planned scope of work but are relevant to the overall objectives of the engagement. Any costs in addition to the core provision will be dealt with on an individual role basis and in line with the tendered hourly rates.
Main procurement category
Services
Contract locations
- UKN - Northern Ireland
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot Lot 1. Forensic Accountancy
Description
This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.
Lot value (estimated)
- £784,078 excluding VAT
- £940,893.60 including VAT
CPV classifications
- 79211000 - Accounting services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 2. Electronic Data Extraction and Analysis Services
Description
This Lot will involve the provision of electronic data extraction and analysis services.
Lot value (estimated)
- £138,366 excluding VAT
- £166,039.20 including VAT
CPV classifications
- 72316000 - Data analysis services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Technical ability conditions of participation
Lot Lot 1. Forensic Accountancy
Lot Lot 2. Electronic Data Extraction and Analysis Services
As per Tender documentation
Particular suitability
Lot Lot 1. Forensic Accountancy
Lot Lot 2. Electronic Data Extraction and Analysis Services
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
19 January 2026, 11:59pm
Submission type
Requests to participate
Tender submission deadline
28 January 2026, 3:00pm
Submission address and any special instructions
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
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 March 2026
Award criteria
Lot Lot 1. Forensic Accountancy
| Name | Description | Type |
|---|---|---|
| AC1 Forensic Accountancy Expert Witness Experience | Forensic Accountancy Expert Witness Experience - 16.25 Percent |
Quality |
| AC2 Experience of Criminal Legislation | Experience of Criminal Legislation - 14.95 percent |
Quality |
| AC3 Experience of the application of the Rules of Disclosure | Experience of the application of the Rules of Disclosure - 11.7 Percent |
Quality |
| AC4 Experience of Forensic Accountancy | Experience of Forensic Accountancy - 11.7 Percent |
Quality |
| AC5 - Social Value | Social Value - 10.4 Percent |
Quality |
| AC6 Hourly Rate for Director /Partner | Hourly Rate for Director /Partner - 2.8 Percent |
Price |
| AC7 Hourly Rate for Principal Consultant | Hourly Rate for Principal Consultant - 4.2 percent |
Price |
| AC8 Hourly Rate for Senior Consultant | Hourly Rate for Senior Consultant - 7 percent |
Price |
| AC9 Hourly Rate for Consultant | Hourly Rate for Consultant 8.75 |
Price |
| AC10 - Hourly Rate for Junior Consultant | Hourly Rate for Junior Consultant - 7.35 |
Price |
| AC11 Hourly Rate for Trainee / Research Assistant | Hourly Rate for Trainee / Research Assistant 4.9 percent |
Price |
Weighting description
65 percent quality and 35 percent cost.
Lot Lot 2. Electronic Data Extraction and Analysis Services
| Name | Description | Type |
|---|---|---|
| AC1 Expert Witness Experience | Expert Witness Experience - 19.5 percent |
Quality |
| AC2 Experience of working as a digital forensic practitioner and using digital forensic tools and software | Experience of working as a digital forensic practitioner and using digital forensic tools and software - 16.25 percent |
Quality |
| AC3 Experience of providing expert witness reports & expert evidence in respect of criminal investigations | Experience of providing expert witness reports & expert evidence in respect of criminal investigations - 10.4 percent |
Quality |
| AC4 Experience with the application of the Rules of Disclosure | Experience with the application of the Rules of Disclosure - 8.45 percent |
Price |
| AC5 Social Value | Social Value - 10.4 Percent |
Quality |
| AC6 Hourly Rate for Director / Partner | Hourly Rate for Director / Partner - 3.5 |
Price |
| AC7 Hourly Rate for Principal Consultant | Hourly Rate for Principal Consultant - 4.2 percent |
Price |
| AC8 Hourly Rate for Senior Consultant | Hourly Rate for Senior Consultant - 7 percent |
Price |
| AC9 Hourly Rate for Consultant | Hourly Rate for Consultant - 8.05 percent |
Price |
| AC10 Hourly Rate for Junior Consultant | Hourly Rate for Junior Consultant - 7.35 percent |
Price |
| AC11 Hourly Rate for Trainee / Research Assistant | Hourly Rate for Trainee / Research Assistant - 4.9 percent |
Price |
Weighting description
65 percent quality and 35 percent cost.
Other information
Description of risks to contract performance
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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
1. Publish Notice and procurement documentation
2. Submission of Initial Tenders including Conditions of Participation (COP) submission
3. Consideration of Excluded / Excludable Tenderer Status/ Debarment Status *
4. Assessment of Tender Responses
5. Identification of preferred supplier (with the option to award prior to security stage)
6. Security Stage(s) with preferred Supplier (if required)
7. Site Verification (if required)
The Contracting Authority may during the process refine the wording and / or weighting of an award criterion in line with section 24 of the PA 2023. Where this is the case revised tender documentation will be provided to all suppliers clearly indicating any refinements made.
The Contracting Authority reserves the right amend the stages of the competitive flexible procurement process. The process described above is indicative only and the finalised process will be provided in the tender documents.
Contracting authorities
Police Service of Northern Ireland (PSNI)
- Public Procurement Organisation Number: PJGZ-5912-BTWQ
65 Knock Rd,
Belfast
BT5 6LD
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Northern Ireland Environment Agency (NIEA)
- Public Procurement Organisation Number: PWCP-2929-NDNR
Klondyke Building Cromac Avenue, Gasworks Business Park, Lower Ormeau Road
Belfast
BT7 2JA
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Police Ombudsman for Northern Ireland
- Public Procurement Organisation Number: PDYZ-7751-QWQD
11 Church Street
Belfast
BT1 1PG
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Department of Justice - DoJ
- Public Procurement Organisation Number: PRXC-4231-PHBG
Castle Buildings Stormont Estate
Belfast
BT4 3SG
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Department of Finance - DoF
- Public Procurement Organisation Number: PVTL-7513-YWVJ
44-58 May Street
Belfast
BT1 4NN
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 & Service 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
303 Airport Road
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast