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

A Tender Notice
by BLUELIGHT COMMERCIAL

Source
Find a Tender
Type
Dps (Services)
Duration
7 year
Value
£-£600M
Sector
DEFENCE
Published
04 Nov 2021
Delivery
To 30 Oct 2028 (est.)
Deadline
06 Dec 2021 12:00

Concepts

Location

United Kingdom: UK Wide

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Lot Division

1 Road Traffic Toxicology

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

2 Casework Toxicology

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

3 Drugs

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

4 Subject DNA Database

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)

5 Crime Stains

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)

6 Firearms & Ammunition

Lot 6 Firearms & Ammunition

7 Fire Investigation

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

8 Noxious Substances

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

9 Questioned Documents

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

10 Ecology

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

11 Marks and Traces

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

12 Biology Casework

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

13 Managed Service

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.

14 Emergency Provision

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.

CPV Codes

  • 75241100 - Police services
  • 71900000 - Laboratory services
  • 79700000 - Investigation and security services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • It is a Dynamic Purchasing System (DPS) for many bidders.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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

Reference

Domains