Next Generation Procurement(NGP) for the provision of Physical Forensics Services - Dynamic Purchasing System (DPS)
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | Next Generation Procurement(NGP) for the provision of Physical Forensics Services - Dynamic Purchasing System (DPS) |
FTS UK (Find A Tender Serive) | FTS/027747-2021 |
Type | Invitation to tender |
Date Published | 2022-01-31 |
Deadline | 2021-12-06 00:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | BlueLight Commercial |
Procedure | Restricted procedure |
Description : |
The closing date and time has been changed to: 3 November 2028, 12:00pm See the change notice. Section I: Contracting authority I.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 I.2) Information about 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 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 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: 600,000,000 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 codes 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 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 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. IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 4 January 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 Country: United Kingdom |
CPV Codes |
12517649;75241100;71900000;79700000 |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|