Corrigendum

Information

Published

External Reference: 2022-591875

FTS Reference: 2022-004811

Corrigendum

Corrigendum

Notice for changes or additional information

Services

Section I: Contracting authority/entity

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):

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.

Section VI: Complementary information

VI.6)

Original notice reference

Notice number in the FTS: 2021/S 000-027747

Section VII: Changes

VII.1)

Information to be changed or added

VII.1.2)

Text to be corrected in the original notice

Section number:  II
Place of text to be modified:  II.2.5
Instead of:  
Read:  
The Authority may elect to have a single sourced supplier award strategy or a multiple supplier award strategy, per Lotted Service Line. This is to mitigate potential risk in the market place where demand maybe greater and one supplier alone could be a risk for the Contracting Authority and their continuity of service to support the CJS.
In order to facilitate this objective, the Authority may in the Instructions to Tender, for each Lotted Service Line:
• aggregate Service volume for a cohort of Contracting Authorities and/or
• request a fixed Service Charge for a cohort of Contracting Authorities: and/or
• evaluate tenders for a cohort of Contracting Authorities; and/or
• allocate capacity or Service volume between a cohort of Contracting Authorities and Suppliers and request a fixed Service Charge based on such an allocation.
Suppliers will still be required to enter into individual contracts with each Contracting Authority or a Lead Contracting Authority (where there is joint procurement between two or more Contracting Authorities).