Next Generation Procurement(NGP) for the provision of Physical Forensics Services - Dynamic Purchasing System (DPS)

  • BlueLight Commercial

F14: Notice for changes or additional information

Notice reference: 2022/S 000-004811

Published 21 February 2022, 1:54pm



Section one: Contracting authority/entity

one.1) Name and addresses

BlueLight Commercial

Lloyd House, Colmore Circus Queensway

Birmingham

B4 6DG

Contact

Deborah Walker

Email

Deborah.Walker@BlueLight.police.uk

Telephone

+44 7929759923

Fax

+44 7929758926

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

12517649

Internet address(es)

Main address

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40444&B=BLUELIGHT

Buyer's address

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40444&B=BLUELIGHT


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Next Generation Procurement(NGP) for the provision of Physical Forensics Services - Dynamic Purchasing System (DPS)

Reference number

BLC-FCN-0036

two.1.2) Main CPV code

  • 75241100 - Police services

two.1.3) Type of contract

Services

two.1.4) Short description

BlueLight Commercial (BLC) in collaboration with The Forensic Capability Network (FCN) (thereafter known as the “Authority”) are procuring the Next Generation Procurement Physical Forensics Services Dynamic Purchasing System (DPS), which will be in place for a 7- year period (from establishment of the DPS).

The aim of the NGP is to deliver a collaborative approach to the next generation of forensics contracts for physical forensics services, providing a nationally standardised specification and terms & conditions to build a cohesive sustainable marketplace environment, where service delivery and capacity meet both the current and future needs of policing and the criminal justice system (CJS). This procurement will enable a balanced approach to stabilisation of the marketplace, whilst delivering Value for Money (VfM) for policing, through embedding a culture of collaborative working and partnerships.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2021/S 000-027747


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

II

Place of text to be modified

II.2.5

Read
Text

The Authority may elect to have a single sourced supplier award strategy or a multiple supplier award strategy, per Lotted Service Line. This is to mitigate potential risk in the market place where demand maybe greater and one supplier alone could be a risk for the Contracting Authority and their continuity of service to support the CJS.

In order to facilitate this objective, the Authority may in the Instructions to Tender, for each Lotted Service Line:

• aggregate Service volume for a cohort of Contracting Authorities and/or

• request a fixed Service Charge for a cohort of Contracting Authorities: and/or

• evaluate tenders for a cohort of Contracting Authorities; and/or

• allocate capacity or Service volume between a cohort of Contracting Authorities and Suppliers and request a fixed Service Charge based on such an allocation.

Suppliers will still be required to enter into individual contracts with each Contracting Authority or a Lead Contracting Authority (where there is joint procurement between two or more Contracting Authorities).