CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 006917/S 000-2026
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Global bid

UKPGA UK4: Tender Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Police Service of Northern Ireland (PSNI)
National registration number: PJGZ-5912-BTWQ

Postal address: 65 Knock Rd,
Town: Belfast
Postal code: BT5 6LD
Country: United Kingdom

Email: Justice.CPD@finance-ni.gov.uk

I.2) Information about joint procurement
The contract involves joint procurement

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
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

I.4) Type of the contracting authority
Public authority – central government

Procuring Entity
CPD – Supplies & Service Division
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
Postal address: 303 Airport Road
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom

Email: Justice.CPD@finance-ni.gov.uk

II) Object
II.1.1) Title
ID 5996575 – PSNI – Forensic Accountancy and Forensic Technology Services
Reference number: ID 5996575

II.1.3) Type of contract
Services

II.1.4) Short 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.

II.1.7) Total value of the procurement
Value (including VAT)
1,106,932.80
Value (excluding VAT)
922,444
Currency
GBP

II.2) Description
II.2.1) Title
Forensic Accountancy
Contract/Lot No
Lot 1

II.2.2) CPV codes
Main CPV code
79211000

II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND

II.2.4) Description of the procurement
This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.

II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: AC1 Forensic Accountancy Expert Witness Experience
Weighting: Forensic Accountancy Expert Witness Experience – 16.25 Percent

Quality
Name: AC2 Experience of Criminal Legislation
Weighting: Experience of Criminal Legislation – 14.95 percent

Quality
Name: AC3 Experience of the application of the Rules of Disclosure
Weighting: Experience of the application of the Rules of Disclosure – 11.7 Percent

Quality
Name: AC4 Experience of Forensic Accountancy
Weighting: Experience of Forensic Accountancy – 11.7 Percent

Quality
Name: AC5 – Social Value
Weighting: Social Value – 10.4 Percent

Price
Name: AC6 Hourly Rate for Director /Partner
Weighting: Hourly Rate for Director /Partner – 2.8 Percent

II.2.6) Estimated Value
Value (excluding VAT)
784,078
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-08-11 00:00
End
2030-08-10 23:59
Duration
4 years
Possible extension
2031-08-10 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
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.

II.2.11) Information about options
Options: Yes
Description of options
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.

II.2) Description
II.2.1) Title
Electronic Data Extraction and Analysis Services
Contract/Lot No
Lot 2

II.2.2) CPV codes
Main CPV code
72316000

II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND

II.2.4) Description of the procurement
This Lot will involve the provision of electronic data extraction and analysis services.

II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: AC1 Expert Witness Experience
Weighting: Expert Witness Experience – 19.5 percent

Quality
Name: AC2 Experience of working as a digital forensic practitioner and using digital forensic tools and software
Weighting: Experience of working as a digital forensic practitioner and using digital forensic tools and software – 16.25 percent

Quality
Name: AC3 Experience of providing expert witness reports & expert evidence in respect of criminal investigations
Weighting: Experience of providing expert witness reports & expert evidence in respect of criminal investigations – 10.4 percent

Quality
Name: AC5 Social Value
Weighting: Social Value – 10.4 Percent

Price
Name: AC4 Experience with the application of the Rules of Disclosure
Weighting: Experience with the application of the Rules of Disclosure – 8.45 percent

II.2.6) Estimated Value
Value (excluding VAT)
138,366
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-08-11 00:00
End
2030-08-10 23:59
Duration
4 years
Possible extension
2031-08-10 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
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.

II.2.11) Information about options
Options: Yes
Description of options
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.

III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)

III.1.3) Technical and professional ability
Additional technical selection criteria
As per Tender documentation
As per Tender documentation

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes

IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
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.

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-01-19 23:59
Estimated award decision date
2026-03-30 23:59

IV.2.2) Tender submission deadline
2026-02-04 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted
English

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes
Risk details
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.

VI.5) Date of dispatch of this notice
2026-01-27 09:40

VII) Changes/Modifications

VII.2) Other additional information
Closing date for receipt of tenders has been extended to Wednesday 04 February 2026 at 15:00.

RELATED ARTICLES

February 26, 2026

Inspection, Maintenance, Servicing and Repair of Boats, Associated Trailers and Outboard Engines

Type of document: Contract Notice Country: United Kingdom 1. Title: INSPECTION, MAINTENANCE, SERVICING AND REPAIR OF BOATS, ASSOCIATED TRAILERS AND OUTBOARD ENGINES 2.

February 26, 2026

Fire Alarm Services

Type of document: Contract Notice Country: United Kingdom 1. Title: FIRE ALARM SERVICES 2. Awarding Authority: CPD – Construction Division, Northern Ireland Policing