Tender

ID 5996575 - PSNI - Forensic Accountancy and Forensic Technology Services

  • Police Service of Northern Ireland (PSNI)
  • Northern Ireland Environment Agency (NIEA)
  • Police Ombudsman for Northern Ireland
  • Department of Justice - DoJ
  • Department of Finance - DoF

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-084049

Procurement identifier (OCID): ocds-h6vhtk-05f854

Published 17 December 2025, 4:45pm



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

This table displays the award criteria of the lot
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

This table displays the award criteria of the lot
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


Contact organisation

Contact CPD - Supplies & Service Division for any enquiries.