Opportunity

National Framework for the Provision of Crime Scene Consumables

  • BlueLight Commercial

F02: Contract notice

Notice reference: 2024/S 000-007920

Published 12 March 2024, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

BlueLight Commercial

Lloyd House, Colmore Circus Queensway

Birmingham

B4 6DG

Contact

Alex Postlethwaite

Email

alex.postlethwaite@bluelight.police.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

12517649

Internet address(es)

Main address

https://bluelightcommercial.police.uk

Buyer's address

https://bluelightcommercial.police.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework for the Provision of Crime Scene Consumables

Reference number

BLC087

two.1.2) Main CPV code

  • 33950000 - Clinical forensics equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

This National Framework for Crime Scene Consumables is to support c44 Contracting Authorities which includes, Police and other Law enforcement agencies, alongside Fire and Rescue, MOD and MOJ and NHS Trusts with suitable crime scene consumables fit for the purpose intended with the collection, storage, and onward transportation of forensic samples to the Forensic Laboratories for ongoing analysis. Due to the nature of work undertaken, in a high-pressure environment with a requirement to complete work to fast turnaround times. The exact demand can often be difficult to predict as policing is dependent on external factors, such as crime type and volume. It is important that suppliers can confidently deliver in line with the agile demand and to have access to critical supplies at the point of need that ultimately supports the law enforcement agencies and criminal justice system.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Please review Schedule 1 For the Provision of Crime Scene Consumables for the LOT structure and LOT Values.

two.2) Description

two.2.1) Title

Packaging (Printed & ETO)

Lot No

10

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33141620 - Medical kits
  • 33140000 - Medical consumables
  • 33199000 - Medical clothing
  • 38437000 - Laboratory pipettes and accessories
  • 18114000 - Coveralls
  • 33100000 - Medical equipments
  • 33696500 - Laboratory reagents
  • 33163000 - Tent for medical use
  • 33954000 - Biological evidence collection kits
  • 33735000 - Goggles
  • 18100000 - Occupational clothing, special workwear and accessories
  • 33157400 - Medical breathing devices
  • 18143000 - Protective gear
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33734000 - Spectacles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Personal Protective Equipment (PPE)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33199000 - Medical clothing
  • 33735000 - Goggles
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18143000 - Protective gear
  • 33734000 - Spectacles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Impression Material

Lot No

3

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33140000 - Medical consumables
  • 38437000 - Laboratory pipettes and accessories
  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Scene Preservation

Lot No

4

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33140000 - Medical consumables
  • 38437000 - Laboratory pipettes and accessories
  • 33163000 - Tent for medical use
  • 33954000 - Biological evidence collection kits
  • 33141620 - Medical kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Medical Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Chemicals

Lot No

7

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33140000 - Medical consumables
  • 38437000 - Laboratory pipettes and accessories
  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Fingerprint Powders

Lot No

8

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Forensic Evidential Kits and Forensic DNA Grade Consumables

Lot No

9

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33140000 - Medical consumables
  • 38437000 - Laboratory pipettes and accessories
  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits
  • 33141620 - Medical kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

DNA Subject Sampling Kits

Lot No

6

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 38437000 - Laboratory pipettes and accessories
  • 33954000 - Biological evidence collection kits
  • 33141620 - Medical kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2) Description

two.2.1) Title

Packaging (General)

Lot No

1

two.2.2) Additional CPV code(s)

  • 33950000 - Clinical forensics equipment and supplies
  • 33141620 - Medical kits
  • 33140000 - Medical consumables
  • 33199000 - Medical clothing
  • 38437000 - Laboratory pipettes and accessories
  • 33696500 - Laboratory reagents
  • 33163000 - Tent for medical use
  • 33954000 - Biological evidence collection kits
  • 33735000 - Goggles
  • 33157400 - Medical breathing devices
  • 18143000 - Protective gear
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33734000 - Spectacles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom including British Channel Islands, Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

two.2.4) Description of the procurement

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal (https://sell2.in-tend.co.uk/blpd).

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 April 2024

Local time

1:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 April 2024

Local time

1:00pm

Place

Remote Opening


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

six.3) Additional information

Historically indicative spend with room for growth in demand is approx. £7m - £8m annual spend. This is a mixture of core contracted products and off core tail spend of irregular and ad hoc spend alongside contracting authority bespoke requirements. There is a need for general LOTS of Packaging, PPE, Medical Consumables, fit for the purpose intended. (LOTS 1 TO 5, & 10) intended to be use for the collection of forensic samples and their packaging, transport, and storage for onward forensic analysis.There are specialist LOTS 7 Chemicals and LOT 8 Fingerprint Powders and Consumables which are required to support the collection and analysis of forensic samples.Finally, the LOTS 6 and LOT 9 is for the assembly of specific KITS of consumables which need to be provided in accordance with and defined by ISO 18385 & PAS 377 and therefore verified to be free of detectable levels of DNA. The successful supplier(s) will need to maintain the continuous delivery of the "consumables" investigate & mitigate critical Supply Chain risks and issues therefore ensuring the service to the Criminal Justice System (CJS) is supported in a timely fashion. Full details are outlined in Schedule 1, Specification, Statement of Requirements, Technical & Quality and Service Level Agreements. Bidders should also read the Annex 1 – 4 and the Framework Terms & Conditions. All Documents available to download from the e. Tender portal.

six.4) Procedures for review

six.4.1) Review body

BlueLight Commercial

Lloyd House, Colmore Circus Queensway

Birmingham

B4 6DG

Email

enquiries@bluelight.police.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Deadline of 08 April 2024. Any issues to be reported through normal clarification process.