BLC0109 - Digital Forensic Services Dynamic Purchasing System

Open

Value

£60,000,000

Classifications

  • Public security, law and order services
  • Investigation services
  • Data services
  • Courier services
  • Computer back-up and catalogue conversion services
  • Technical testing, analysis and consultancy services
  • IT services: consulting, software development, Internet and support
  • Analysis services
  • Computer audit and testing services
  • Internet services
  • Laboratory services
  • Composition and purity testing and analysis services
  • Computer-related services
  • Technical inspection and testing services
  • Investigation and security services
  • Data analysis services
  • Security services
  • Computer network services
  • Computer support and consultancy services
  • Police services
  • Transport services (excl. Waste transport)
  • Technical analysis or consultancy services

Tags

  • tender

Submission Deadline

1 year from now

Published

6 months ago

Description

This is a republication of OJEU reference 2020/S 203-494905 ( https://ted.europa.eu/en/notice/-/detail/494905-2020 ) which was originally published by the Police and Crime Commissioner for Dorset on behalf of the Forensic Capability Network.The Digital Forensic Services Dynamic Purchasing System (DPS) has novated from the Police and Crime Commissioner for Dorset to Bluelight Commercial.Bluelight Commercial are leading a National Digital Forensics Services DPS which is in place for up to an eight-year period from the commencement date.This is a strategic collaborative national (pan force) procurement, buying once for many, driving quality, standardisation, compliance with legislation and innovation, whilst increasing market capacity and capability. The DPS will provide opportunities for Forensic Service Providers to win business and provide a range of services which are compatible with operational capabilities at any given time.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

National Framework Agreement for the provision of Secure Patient Transport Services

In 2024, the Countess of Chester Hospital NHS Foundation Trust established a Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant authority" is defined in section 12ZB(7) of the National Health Service Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement. This framework agreement aims to support mental health patient requirements through the provision of secure patient transport services. The framework was awarded to run for an initial term of 2 years with options to extend for up to a further 2 years in annual increments. As previously advertised in the Framework tender documentation, the Framework will be reopened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to reapply on an annual basis. Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration. This notice concerns the first re-opening of the Framework to new applicants.

Open

UK3 - Planned Procurement Notice

This notice is to alert the market that the Authority has a requirement for the provision of military airworthiness reviews. The Royal Air Force Authority is regulated to conduct Baseline Military Airworthiness Reviews (AR) and annual Military AR Certification on all its aircraft. Air Worthiness reviews validate that the airworthiness of the aircraft has been appropriately managed since its last AR and that the maintenance records produced accurately reflect the physical condition of the aircraft. The importance of independence within the AR processes is essential in maintaining the integrity of the AR process and in providing a documented body of evidence for the accountable Duty Holder to decide on the airworthiness of an aircraft. The Authority is seeking an Independent supplier to deliver the output ARs required by the Military Aviation Authority (MAA), The Regulator, in accordance with higher level MAA Regulatory Publications (MRP), MAA Part M Sub Part I Regulatory Articles, Royal Air Force Engineering Policy requirements detailed in AP100B-01, Order 1.14. The approved platform Continuing Airworthiness Management Organisation (CAMO) instructions and relevant local orders and procedures published and authorised by the Military Continuing Airworthiness Manager (Mil CAM) e.g. Aviation Engineering Standing Orders (AESOs), Aviation Engineering Routine Orders (AEROs). To help shape the future requirement the Authority would welcome responses from suppliers with the capacity and capability to deliver this service.

Katy Reed

Published 1 hour ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete