The PSNI is seeking to engage forensic accountancy expertise and resources to assist in financial investigations.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Finance and Personnel — Central Procurement Directorate
303 Airport Road West
Contact point(s): justice.cpd@dfpni.gov.uk
BT3 9ED Belfast
UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Department of the Environment — Northern Ireland Environment Agency
Northern Ireland Environment Agency, Klondyke Building, Cromac Avenue, Gasworks Business Park, Malone Lower
BT7 2JA Belfast
UNITED KINGDOM
Department of Finance and Personnel (DFP) / Group Internal Audit and Fraud Investigation Service
Internal Audit and Fraud Investigation Services, Annex C Dundonald House, Stormont
BT4 2SF Belfast
UNITED KINGDOM
Police Service of Northern Ireland — Reactive and Organised Crime
Knocknagoney House, 29 Knocknagoney Road
BT4 2PP Belfast
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PSNI Forensic Accountancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 9: Accounting, auditing and bookkeeping services
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
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. Whilst the PSNI’s Economic Crime Team is comprised of highly qualified and experienced investigators, instances can arise where the provision of expert, independent, opinion evidence on accountancy matters is required. Such evidence can only be given by individuals who have formal accountancy qualifications and subject matter expertise with the required practical experience. In some cases the required evidence will be in respect of complex accountancy matters. In addition, some fraud and money laundering schemes may involve the use of complex financial instruments/structures. Where knowledge of such complex structures is not held within the PSNI, there will be a necessity to instruct external experts to provide such advice and guidance. Recent financial investigations where forensic accountancy services were used have resulted in successful prosecutions, with the subjects of the investigations being convicted of money laundering and fraud offences. As well as forensic accountancy requirements, there is a requirement for specialist forensic technology services in relation to electronic data extraction and analysis. Analysis and reports may be required to support ongoing PSNI financial investigations that are also being supported by forensic accountancy services. There will also be instances when forensic technology services will be provided independently of any forensic accountancy services.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
4 years = 2-year initial period; 2 further 1-year options to extend.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 400 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: After initial period, 2 options to extend for 1 year each.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Forensic Accountancy
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Electronic Data Extraction and Analysis Services
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
69399
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.4.2016 – 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.4.2016 – 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 22.4.2016
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.3.2016