Opportunity

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

  • BlueLight Commercial

F02: Contract notice

Notice reference: 2021/S 000-027747

Published 4 November 2021, 6:10pm



The closing date and time has been changed to:

3 November 2028, 12:00pm

See the change notice.

Section one: Contracting authority

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

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:

http://www.psni.police.uk/

Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including but not limited to:

Gibraltar information at:

https://www.police.gi

Cyprus information at:

https://www.sbaadministration.org/

Channel Islands information at:

https://jersey.police.uk

https://guernsey.police.uk

Isle of Man information at:

https://www.iompolice.im

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