Buyer Name: Police Service of Northern Ireland (PSNI)
Buyer Address: 65 Knock Rd,, Belfast, UKN06, BT5 6LD, United Kingdom
Contact Email: Justice.CPD@finance-ni.gov.uk
Buyer Name: Police Service of Northern Ireland (PSNI)
Buyer Address: 65 Knock Rd,, Belfast, UKN06, BT5 6LD, United Kingdom
Contact Email: Justice.CPD@finance-ni.gov.uk
Buyer Name: Northern Ireland Environment Agency (NIEA)
Buyer Address: Klondyke Building Cromac Avenue, Gasworks Business Park, Lower Ormeau Road, Belfast, UKN06, BT7 2JA, United Kingdom
Buyer Name: Police Ombudsman for Northern Ireland
Buyer Address: 11 Church Street, Belfast, UKN06, BT1 1PG, United Kingdom
Buyer Name: Department of Justice - DoJ
Buyer Address: Castle Buildings Stormont Estate, Belfast, UKN06, BT4 3SG, United Kingdom
Buyer Name: Department of Finance - DoF
Buyer Address: 44-58 May Street, Belfast, UKN06, BT1 4NN, United Kingdom
Buyer Name: CPD - Supplies & Service Division
Buyer Address: 303 Airport Road, Belfast, UKN06, BT3 9ED, United Kingdom
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/084049-2025
Link Description: Tender notice on Find a Tender
Lot Title: Forensic Accountancy
Lot Description: This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.
Lot Lot 1 Status: active
Lot Lot 1 Has Options: Yes
Lot Lot 1 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.
Lot Lot 1 Value: GBP 784,078
Lot Lot 1 Value (Gross): GBP 940,893.60
Lot Lot 1 Contract Start: 2026-08-11T00:00:00+01:00
Lot Lot 1 Contract End: 2030-08-10T23:59:59+01:00
Lot Lot 1 SME Suitable: Yes
Lot Lot 1 Award Criterion (quality): AC1 Forensic Accountancy Expert Witness Experience
Lot Lot 1 Award Criterion (quality): AC2 Experience of Criminal Legislation
Lot Lot 1 Award Criterion (quality): AC3 Experience of the application of the Rules of Disclosure
Lot Lot 1 Award Criterion (quality): AC4 Experience of Forensic Accountancy
Lot Lot 1 Award Criterion (quality): AC5 - Social Value
Lot Lot 1 Award Criterion (price): AC6 Hourly Rate for Director /Partner
Lot Lot 1 Award Criterion (price): AC7 Hourly Rate for Principal Consultant
Lot Lot 1 Award Criterion (price): AC8 Hourly Rate for Senior Consultant
Lot Lot 1 Award Criterion (price): AC9 Hourly Rate for Consultant
Lot Lot 1 Award Criterion (price): AC10 - Hourly Rate for Junior Consultant
Lot Lot 1 Award Criterion (price): AC11 Hourly Rate for Trainee / Research Assistant
Lot Title: Electronic Data Extraction and Analysis Services
Lot Description: This Lot will involve the provision of electronic data extraction and analysis services.
Lot Lot 2 Status: active
Lot Lot 2 Has Options: Yes
Lot Lot 2 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.
Lot Lot 2 Value: GBP 138,366
Lot Lot 2 Value (Gross): GBP 166,039.20
Lot Lot 2 Contract Start: 2026-08-11T00:00:00+01:00
Lot Lot 2 Contract End: 2030-08-10T23:59:59+01:00
Lot Lot 2 SME Suitable: Yes
Lot Lot 2 Award Criterion (quality): AC1 Expert Witness Experience
Lot Lot 2 Award Criterion (quality): AC2 Experience of working as a digital forensic practitioner and using digital forensic tools and software
Lot Lot 2 Award Criterion (quality): AC3 Experience of providing expert witness reports & expert evidence in respect of criminal investigations
Lot Lot 2 Award Criterion (price): AC4 Experience with the application of the Rules of Disclosure
Lot Lot 2 Award Criterion (quality): AC5 Social Value
Lot Lot 2 Award Criterion (price): AC6 Hourly Rate for Director / Partner
Lot Lot 2 Award Criterion (price): AC7 Hourly Rate for Principal Consultant
Lot Lot 2 Award Criterion (price): AC8 Hourly Rate for Senior Consultant
Lot Lot 2 Award Criterion (price): AC9 Hourly Rate for Consultant
Lot Lot 2 Award Criterion (price): AC10 Hourly Rate for Junior Consultant
Lot Lot 2 Award Criterion (price): AC11 Hourly Rate for Trainee / Research Assistant
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PJGZ-5912-BTWQ",
"name": "Police Service of Northern Ireland (PSNI)"
},
"date": "2025-12-17T16:45:34Z",
"id": "084049-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05f854",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT5 6LD",
"region": "UKN06",
"streetAddress": "65 Knock Rd,"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PJGZ-5912-BTWQ",
"identifier": {
"id": "PJGZ-5912-BTWQ",
"scheme": "GB-PPON"
},
"name": "Police Service of Northern Ireland (PSNI)",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT7 2JA",
"region": "UKN06",
"streetAddress": "Klondyke Building Cromac Avenue, Gasworks Business Park, Lower Ormeau Road"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PWCP-2929-NDNR",
"identifier": {
"id": "PWCP-2929-NDNR",
"scheme": "GB-PPON"
},
"name": "Northern Ireland Environment Agency (NIEA)",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT1 1PG",
"region": "UKN06",
"streetAddress": "11 Church Street"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PDYZ-7751-QWQD",
"identifier": {
"id": "PDYZ-7751-QWQD",
"scheme": "GB-PPON"
},
"name": "Police Ombudsman for Northern Ireland",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT4 3SG",
"region": "UKN06",
"streetAddress": "Castle Buildings Stormont Estate"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PRXC-4231-PHBG",
"identifier": {
"id": "PRXC-4231-PHBG",
"scheme": "GB-PPON"
},
"name": "Department of Justice - DoJ",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT1 4NN",
"region": "UKN06",
"streetAddress": "44-58 May Street"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PVTL-7513-YWVJ",
"identifier": {
"id": "PVTL-7513-YWVJ",
"scheme": "GB-PPON"
},
"name": "Department of Finance - DoF",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"region": "UKN06",
"streetAddress": "303 Airport Road"
},
"contactPoint": {
"email": "Justice.CPD@finance-ni.gov.uk"
},
"id": "GB-PPON-PVWG-8426-YWXV",
"identifier": {
"id": "PVWG-8426-YWXV",
"scheme": "GB-PPON"
},
"name": "CPD - Supplies \u0026 Service Division",
"roleDetails": "Construction and Procurement Delivery \u2013 Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland",
"roles": [
"procuringEntity",
"processContactPoint"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-30T23:59:59+01:00"
},
"coveredBy": [
"GPA"
],
"description": "The Police Service of Northern Ireland (PSNI) (referred to as \u201cBuyer\u201d 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.\nThe PSNI is seeking to engage forensic accountancy expertise and resources to assist in financial investigations, particularly when there are complex and specialist financial issues.\nAs well as forensic accountancy requirements, there is a requirement for specialist forensic technology services in relation to electronic data extraction and analysis. \nA 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:\n\u2022\tPolice Service of Northern Ireland;\n\u2022\tNorthern Ireland Environment Agency (NIEA);\n\u2022\tPolice Ombudsman Northern Ireland;\n\u2022\tDepartment of Justice; and\n\u2022\tDepartment of Finance (DoF).\nThis is a collaborative contract for the provision of forensic accountancy services, which will be broken into two Lots. \nLot 1 - Forensic Accountancy - This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.\nLot 2 - Electronic Data Extraction and Analysis Services \u2013 This Lot will involve the provision of electronic data extraction and analysis services. \nSuppliers should refer to ID 5996575 - Mid Tier Schedule 02 Specification - Forensic Accounting Services for full details relating to the deliverables of this contract.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-12-17T16:45:34Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "084049-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/084049-2025"
}
],
"enquiryPeriod": {
"endDate": "2026-01-19T23:59:59+00:00"
},
"id": "ID 5996575",
"items": [
{
"additionalClassifications": [
{
"description": "Accounting services",
"id": "79211000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
}
],
"id": "Lot 1",
"relatedLot": "Lot 1"
},
{
"additionalClassifications": [
{
"description": "Data analysis services",
"id": "72316000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
}
],
"id": "Lot 2",
"relatedLot": "Lot 2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Forensic Accountancy Expert Witness Experience - 16.25 Percent",
"name": "AC1 Forensic Accountancy Expert Witness Experience",
"type": "quality"
},
{
"description": "Experience of Criminal Legislation - 14.95 percent",
"name": "AC2 Experience of Criminal Legislation",
"type": "quality"
},
{
"description": "Experience of the application of the Rules of Disclosure - 11.7 Percent",
"name": "AC3 Experience of the application of the Rules of Disclosure",
"type": "quality"
},
{
"description": "Experience of Forensic Accountancy - 11.7 Percent",
"name": "AC4 Experience of Forensic Accountancy",
"type": "quality"
},
{
"description": "Social Value - 10.4 Percent",
"name": "AC5 - Social Value",
"type": "quality"
},
{
"description": "Hourly Rate for Director /Partner - 2.8 Percent",
"name": "AC6 Hourly Rate for Director /Partner",
"type": "price"
},
{
"description": "Hourly Rate for Principal Consultant - 4.2 percent",
"name": "AC7 Hourly Rate for Principal Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Senior Consultant - 7 percent",
"name": "AC8 Hourly Rate for Senior Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Consultant 8.75",
"name": "AC9 Hourly Rate for Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Junior Consultant - 7.35",
"name": "AC10 - Hourly Rate for Junior Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Trainee / Research Assistant 4.9 percent",
"name": "AC11 Hourly Rate for Trainee / Research Assistant",
"type": "price"
}
],
"weightingDescription": "65 percent quality and 35 percent cost."
},
"contractPeriod": {
"endDate": "2030-08-10T23:59:59+01:00",
"maxExtentDate": "2031-08-10T23:59:59+01:00",
"startDate": "2026-08-11T00:00:00+01:00"
},
"description": "This Lot will comprise of the provision of forensic accountancy services such as expert witness reports and analysis of financial records.",
"hasOptions": true,
"hasRenewal": true,
"id": "Lot 1",
"options": {
"description": "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."
},
"renewal": {
"description": "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."
},
"selectionCriteria": {
"criteria": [
{
"description": "As per Tender documentation",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Forensic Accountancy",
"value": {
"amount": 784078,
"amountGross": 940893.6,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Expert Witness Experience - 19.5 percent",
"name": "AC1 Expert Witness Experience",
"type": "quality"
},
{
"description": "Experience of working as a digital forensic practitioner and using digital forensic tools and software - 16.25 percent",
"name": "AC2 Experience of working as a digital forensic practitioner and using digital forensic tools and software",
"type": "quality"
},
{
"description": "Experience of providing expert witness reports \u0026 expert evidence in respect of criminal investigations - 10.4 percent",
"name": "AC3 Experience of providing expert witness reports \u0026 expert evidence in respect of criminal investigations",
"type": "quality"
},
{
"description": "Experience with the application of the Rules of Disclosure - 8.45 percent",
"name": "AC4 Experience with the application of the Rules of Disclosure",
"type": "price"
},
{
"description": "Social Value - 10.4 Percent",
"name": "AC5 Social Value",
"type": "quality"
},
{
"description": "Hourly Rate for Director / Partner - 3.5",
"name": "AC6 Hourly Rate for Director / Partner",
"type": "price"
},
{
"description": "Hourly Rate for Principal Consultant - 4.2 percent",
"name": "AC7 Hourly Rate for Principal Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Senior Consultant - 7 percent",
"name": "AC8 Hourly Rate for Senior Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Consultant - 8.05 percent",
"name": "AC9 Hourly Rate for Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Junior Consultant - 7.35 percent",
"name": "AC10 Hourly Rate for Junior Consultant",
"type": "price"
},
{
"description": "Hourly Rate for Trainee / Research Assistant - 4.9 percent",
"name": "AC11 Hourly Rate for Trainee / Research Assistant",
"type": "price"
}
],
"weightingDescription": "65 percent quality and 35 percent cost."
},
"contractPeriod": {
"endDate": "2030-08-10T23:59:59+01:00",
"maxExtentDate": "2031-08-10T23:59:59+01:00",
"startDate": "2026-08-11T00:00:00+01:00"
},
"description": "This Lot will involve the provision of electronic data extraction and analysis services. ",
"hasOptions": true,
"hasRenewal": true,
"id": "Lot 2",
"options": {
"description": "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."
},
"renewal": {
"description": "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."
},
"selectionCriteria": {
"criteria": [
{
"description": "As per Tender documentation",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Electronic Data Extraction and Analysis Services",
"value": {
"amount": 138366,
"amountGross": 166039.2,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "1. Publish Notice and procurement documentation\n2. Submission of Initial Tenders including Conditions of Participation (COP) submission\n3. Consideration of Excluded / Excludable Tenderer Status/ Debarment Status *\n4. Assessment of Tender Responses \n5. Identification of preferred supplier (with the option to award prior to security stage)\n6. Security Stage(s) with preferred Supplier (if required) \n7. Site Verification (if required)\nThe 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. \nThe 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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "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 \u2018excluded\u2019 or \u2018excludable\u2019 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. \nInsert appropriate reservations of rights and disclaimers of liability here consider - e.g.\nThe Contracting Authority expressly reserves the rights:\n(I).\tnot to award any contract as a result of the procurement process commenced by publication of this notice;\n(II).\tto make whatever changes it may see fit to the content and structure of the tendering Competition;\n(III).\tto award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and\n(IV).\tto award contract(s) in stages.\nand in no circumstances will the Authority be liable for any costs incurred by candidates.",
"status": "active",
"submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.\nPaper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.\nThe tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-28T15:00:00+00:00"
},
"title": "ID 5996575 - PSNI - Forensic Accountancy and Forensic Technology Services",
"value": {
"amount": 922444,
"amountGross": 1106932.8,
"currency": "GBP"
}
}
}