Contract notice

Information

Published

Expire date: 03/11/2028

External Reference: 2021-571491

FTS Reference: 2021-027747

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

BlueLight Commercial
12517649
Lloyd House, Colmore Circus Queensway
Birmingham
B4 6DG
UK
Contact person: Deborah Walker
Telephone: +44 7929759923
Fax: +44 7929758926
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Next Generation Procurement(NGP) for the provision of Physical Forensics Services - Dynamic Purchasing System (DPS)
Reference number:  BLC-FCN-0036
II.1.2)

Main CPV code

75241100  -  Police services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 600000000.00  GBP
II.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.
II.2)

Description

II.2.1)

Title

Road Traffic Toxicology
Lot No:  1
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Casework Toxicology
Lot No:  2
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Drugs
Lot No:  3
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Subject DNA Database
Lot No:  4
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Crime Stains
Lot No:  5
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Firearms & Ammunition
Lot No:  6
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.2.4)

Description of the procurement

Lot 6 Firearms & Ammunition
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Fire Investigation
Lot No:  7
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Noxious Substances
Lot No:  8
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Questioned Documents
Lot No:  9
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Ecology
Lot No:  10
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Marks and Traces
Lot No:  11
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Biology Casework
Lot No:  12
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Managed Service
Lot No:  13
II.2.2)

Additional CPV code(s)

71900000  -  Laboratory services
79700000  -  Investigation and security services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Emergency Provision
Lot No:  14
II.2.2)

Additional CPV code(s)

79700000  -  Investigation and security services
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Wide
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/12/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/01/2022
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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 VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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
VI.4)

Procedures for review

VI.4.1)

Review body

British High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
UK