- Scope of the procurement
- Lot 1. Road Traffic Toxicology
- Lot 2. Casework Toxicology
- Lot 3. Drugs
- Lot 4. Subject DNA Database
- Lot 5. Crime Stains
- Lot 6. Firearms & Ammunition
- Lot 7. Fire Investigation
- Lot 8. Noxious Substances
- Lot 9. Questioned Documents
- Lot 10. Ecology
- Lot 11. Marks and Traces
- Lot 12. Biology Casework
- Lot 13. Managed Service
- Lot 14. Emergency Provision
Section one: Contracting authority
one.1) Name and addresses
BlueLight Commercial
Lloyd House, Colmore Circus Queensway
Birmingham
B4 6DG
Contact
Deborah Walker
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
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40444&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40444&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
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
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.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
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:
The detail of the Lots are in the ITP Document on Pages 12-15.
two.2) Description
two.2.1) Title
Road Traffic Toxicology
Lot No
1
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 1 Road Traffic Toxicology
TOX01 Road Traffic Act – Driving under the Influence of Alcohol (Drink Driving)
TOX02 Road Traffic Act – Drug Driving Over the Prescribed Limit (Sec 5A) – Staged Approach
TOX03 Road Traffic Act – Drug Driving Over the Prescribed Limit (Sec 5A) – Full Panel
TOX04 Road Traffic Act – Driving under the Influence of Drugs (Sec 4)
TOX05 Road Traffic Act – Driving Under the Influence of Drugs (Sec 4 and Sec 5A Combined)
TOX06 Road Traffic Act – Alcohol Calculations
TOX07 Road Traffic Act – Examination of blood or urine samples or liquids for Alcohol and / or Drugs (Bespoke Examinations)
TOX08 Datapack Provision
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Casework Toxicology
Lot No
2
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 2 Casework Toxicology
CTX01 Casework Toxicology – Alcohol (Standard)
CTX02 Casework Toxicology – Alcohol (Enhanced)
CTX03 Casework Toxicology – Drugs (blood and urine)
CTX04 Casework Toxicology - Bespoke
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Drugs
Lot No
3
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 3 Drugs
DRG01 Simple Drug Identification & Legal Status
DRG02 Enhanced Drug Identification & Legal Status
DRG03 Drug Identification and Quantification (‘Purity’)
DRG04 Drugs - Bespoke (Hourly)
DRG05 Test-Purchase Operation
DRG06 Fingerprint Preservation
DRG07 Fingerprints and DNA Preservation
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
SCA01 Provide 24 hour, 365-day service for the attendance of an appropriately competent, qualified and experienced individual(s) at scene
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Subject DNA Database
Lot No
4
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 4 Subject DNA Database
DNA01 PACE DNA Subject Sample – DNA-17
DNA02 Subject DNA Sample (CED and Biometric Vetting) – DNA-17
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
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
84
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) Description
two.2.1) Title
Crime Stains
Lot No
5
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 5 Crime Stains
BF01 Simple / Limited Search & Recovery
DNA03 Elimination DNA Subject Sample – DNA-17
DNA04 Crime stain DNA-17 analysis and interpretation
DNA05 Crime stain DNA-17 comparison
DNA06 DNA Quality Assurance Services (Environmental monitoring)
DNA07 DNA-17 analysis for validation purposes
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
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
84
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) Description
two.2.1) Title
Firearms & Ammunition
Lot No
6
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 6 Firearms & Ammunition
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
84
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) Description
two.2.1) Title
Fire Investigation
Lot No
7
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 7 Fire Investigation
FIR01 Fire Accelerants
FIR02 Fire Damage
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
SCA01 Provide 24 hour, 365-day service for the attendance of an appropriately competent, qualified and experienced individual(s) at scene
PRI01 Priority
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
84
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) Description
two.2.1) Title
Noxious Substances
Lot No
8
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 8 Noxious Substances
NOX01 Incapacitant Sprays
NOX02 Noxious Substances - Standard
NOX03 Noxious Substances - Enhanced
REP02 Full Statement (including Evaluative where applicable)
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Questioned Documents
Lot No
9
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 9 Questioned Documents
QDC01 Questioned Documents and Counterfeiting - Standard
QDC02 Questioned Documents and Counterfeiting - Enhanced
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Ecology
Lot No
10
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 10 Ecology
ECO01 Ecology Services
REP02 Full Statement (including Evaluative where applicable)
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
SCA01 Provide 24 hour, 365-day service for the attendance of an appropriately competent, qualified and experienced individual(s) at scene
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
84
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) Description
two.2.1) Title
Marks and Traces
Lot No
11
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 11 Marks & Traces
MKS01 Examination and comparison of footwear marks and impressions
MKS02 Examination and comparison of instrument marks and impressions
MKS03 Examination and comparison of glove or tyre marks and impressions
TRA01 Hair Examination - Comparison
TRA02 Fibres Examination
TRA03 Particulates - Glass
TRA04 Particulates/trace - Other
TRA05 Firearm Discharge Residue Examination
REP02 Full Statement (including Evaluative where applicable)
SCA01 Provide 24 hour, 365-day service for the attendance of an appropriately competent, qualified and experienced individual(s) at scene
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Biology Casework
Lot No
12
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 12 Biology Casework
BF01 Simple / Limited Search & Recovery
BF02 Body Fluid Standard Search and Recovery
BF03 Body Fluid Complex Search and Recovery
DNA01 PACE DNA Subject Sample – DNA-17
DNA03 Elimination DNA Subject Sample – DNA-17
DNA04 Crime stain DNA-17 analysis and interpretation
DNA05 Crime stain DNA-17 comparison
HE01 Hair Examination - Assessment
DNA08 Subject DNA Sample (PACE or elimination) – Y-STR
DNA09 Crime stain Y-STR analysis, interpretation & comparison
DNA10 Specialist DNA
DNA11 Familial DNA Service
DNA12 Intelligence-Led Screening
WAD01 Wear and Damage - Standard
WAD02 Wear and Damage - Enhanced
CRW01 Case Review
REP01 Streamlined Forensic Report 2 (SFR2)
REP02 Full Statement (including Evaluative where applicable)
SCA01 Provide 24 hour, 365-day service for the attendance of an appropriately competent, qualified and experienced individual(s) at scene
URG01 Urgent (In hours)
URG02 Urgent (Out of hours)
PRI01 Priority
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
84
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) Description
two.2.1) Title
Managed Service
Lot No
13
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 13 Managed Service
The fully managed service model which prioritises supply of a basket of LOTS through a single, Prime Supplier. In instances where the Prime Supplier has then exhausted its own capacity, a second tier of Supplier(s) may be engaged.
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
84
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) Description
two.2.1) Title
Emergency Provision
Lot No
14
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
Lot 14 Emergency Provision
The provision of any of the Services from the above list of Service Lines.
In the event of an emergency that causes a temporary or permanent loss of the entire Services provision of a Lotted Service Line, the Contracting Authority may obtain immediate access to those Services by undertaking a Further Competition under the Emergency Provision Lotted Service Line, on a business continuity disaster recovery basis.
All Suppliers that qualify to join the DPS can apply for Further Competitions for the Emergency Provision Lotted Service Line if they can meet the requirements in the Invitation to Tender.
The response timeline for the Emergency Provision Lotted Service Line is much shorter but shall not be shorter than one Working Day. By bidding for Further Competitions under the Emergency Provision Lotted Service Line, Suppliers agree with the Contracting Authority with regards to the reduced timescales set out in the Invitation to Tender in accordance with Regulation 34 (12) of the Public Contracts Regulation 2015.
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
84
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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
Originally published as:
Date
6 December 2021
Local time
12:00pm
Changed to:
Date
3 November 2028
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 January 2022
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please refer to the following Next Generation Procurement (NGP) for the Provision of Physical Forensic Services documents for further information:
• DPS Invitation and Instructions to Participate (ITP)
• Guidance Note: Overview of How the DPS works
• Standard Selection Questionnaire (SSQ)
• DPS Agreement
o Schedule 2 (Specification) of the DPS Agreement
o Further Competitions and Award Criteria (Schedule 6 (Call for Competition Procedure) of the DPS Agreement)
• Certificate of Declaration and Standing
The customers of the DPS are:
Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests. For a full list go to:
https://www.police.uk/forces and About the APCC (apccs.police.uk)
Scottish Police information at:
http://www.scotland.police.uk/
Police Service of Northern Ireland information at:
Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including but not limited to:
Gibraltar information at:
Cyprus information at:
https://www.sbaadministration.org/
Channel Islands information at:
Isle of Man information at:
Includes: National Crime Agency, College of Policing, HATO, and emergency services, British Transport Police, the Northern Ireland Policing Board, Scottish joint Police Boards, College of Policing, the Civil Nuclear Constabulary, the Crown Prosecution Service (CPS), HM Courts & Tribunal Services (HMCTS), UK Fire and Crime Commissioners and the Independent Office of Police Conduct.
BlueLight Commercial Ltd and the Home Office.
Suppliers can apply to join one or more than one LOT providing they are able to demonstrate that they can satisfy the entry criteria defined in the Standard Selection Questionnaire
six.4) Procedures for review
six.4.1) Review body
British High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom