Tender

BLC0228 Digital Forensic Software and Tools (DFS&T) Framework

  • BLUELIGHT COMMERCIAL LIMITED

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

Notice identifier: 2026/S 000-002849

Procurement identifier (OCID): ocds-h6vhtk-04ee0e (view related notices)

Published 12 January 2026, 4:17pm

Last edited 13 January 2026, 4:47pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

e-sender version did not include "options" amended on Central Digital Platform to include "Options"

Scope

Description

BlueLight Commercial are approaching the market nationally to establish an Open Framework for the provision of Digital Forensic Software and Tools.

The scope of this framework has been established in alignment with the Forensic Science Regulators Code of Practice (2025), ensuring it reflects the current statutory requirements placed on local forensic units. This framework is intended to include all suppliers of Digital Forensic Software and Tools that support policing and agencies in meeting their obligations under the code. We seek to ensure that Software and Tools on the framework enable forces to achieve compliance, maintain quality standards and uphold the integrity and reliability of digital forensic processes in line with regulatory expectations. Inclusion on this framework does not require suppliers themselves to be accredited or directly compliant with Forensic Science Regulator's Code of Practice, but the Software and Tools they provide must support end users in meeting those requirements.

We reserve the right to review and amend the scope of this framework as required to reflect any updates, revisions, or iterations of the Forensic Science Regulators Code of Practice and associated standards throughout the duration of the framework agreement.

Following national consultation, it has been agreed that case management systems will not be included within the scope of this framework. This ensures the framework remains focused on digital forensic software and tooling, avoiding overlap with other national procurement activity.

The stated estimated contract value includes provision for anticipated annual price increases over the potential contract term, in line with expected inflationary and market-related cost pressures. In addition, the value incorporates an allowance to cover estimated expenditure that may arise from use by additional participating or associated agencies during the life of the contract.

The estimated value is therefore not a guarantee of spend but represents a prudent upper limit for procurement and transparency purposes

Commercial tool

Establishes an open framework

Total value (estimated)

  • £800,512,167 excluding VAT
  • £960,614,600.40 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 27 May 2026 to 26 May 2034
  • 8 years

Options

The right to additional purchases while the contract is valid.

Modification Option 1

The Framework Agreement is established in accordance with the Forensic Science Regulators Codes of Practice (Codes) as of 2025. Over the duration of this Framework Agreement the Codes will be amended and therefore the scope of the framework would need to update in line with any changes to the Codes to ensure it remains relevant.

Modification Option 2

Requirement to provide connectivity to other policing systems as part of the provision of this service.

Main procurement category

Goods

CPV classifications

  • 30210000 - Data-processing machines (hardware)
  • 30230000 - Computer-related equipment
  • 42992000 - Special-purpose electrical goods
  • 48100000 - Industry specific software package
  • 48600000 - Database and operating software package
  • 72000000 - IT services: consulting, software development, Internet and support

Framework

Open framework scheme end date (estimated)

27 May 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0.5%

Framework operation description

It is the intention of BlueLight Commercial that the Open Framework will allow for Contracting Authorities to call off in a way that minimises the administrative burden on both the Contracting Authority and the suppliers. This framework is designed to provide flexibility to contracting authorities while ensuring compliance with the Procurement Act 2023. Contracting authorities will be able to access the framework through two primary routes:

Direct Award (by justification): Direct award will be permitted where there is a clear operational or justification, for example where existing accreditation is in place, where a system is already embedded within a Contracting Authorities processes, or where evidential integrity may be compromised by changing supplier. Justifications will be documented and retained in line with transparency requirements under the Act.

Further Competition: Where new or additional requirements arise that are not covered by existing direct award justification, contracting authorities will have the option to run a further competition amongst suppliers on the framework. This will ensure fair access and value for money when seeking innovative or expanded solutions.

The framework will be established with no upper limit on the number of suppliers that can participate. In line with the Procurement Act 2023, the framework will be periodically re-opened, allowing new suppliers to apply for entry, thereby supporting competition, innovation, and access for SMEs. The re-opening process will follow the procedures set out in the Act, ensuring transparent and fair evaluation against the same criteria used for initial entry.

This model balances the operational needs of policing with the legal requirements for fairness, competition, and supplier diversity.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Please view Section 16 of document '13A. ITT Statement of Requirements V3', titled 'Framework Participants' for a full list of contracting authorities that may use the framework.


Submission

Enquiry deadline

13 February 2026, 11:59pm

Tender submission deadline

27 February 2026, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

5 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 27 April 2028


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple description

Full information available in the '11Ci. Open Framework - Instruction to Bidders - Open Procedure V5' document

Price

Weighting description

Full information available in the '11Ci. Open Framework - Instruction to Bidders - Open Procedure V5' document


Other information

Description of risks to contract performance

Known Risk 1

Technological Change - due to the nature of the requirement and constant changes required to meet Digital Forensic needs, software changes and new software is required often. Nature of Impact: Increased costs, different products used than originally on the framework. Amendments likely to be often and frequent but unable to predict technological changes.

Known Risk 2

It is anticipated that during the lifetime of this framework, a central validation function or equivalent national coordination mechanism may be established to support consistency and assurance across digital forensic tools and methods. Suppliers appointed to the framework may be required to engage with this function to support validation or verification activity. The exact structure, governance, and funding model for any central validation function have not yet been determined. While engagement requirements are not expected to impose disproportionate burden, suppliers should be aware that collaborative participation in central validation or testing activity may become a condition of ongoing framework participation or call-off delivery

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://sell2.in-tend.co.uk/blpd/home


Contracting authority

BLUELIGHT COMMERCIAL LIMITED

  • Companies House: 12517649

Lower Ground 5-8 The Sanctuary

London

SW1P 3JS

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - sub-central government