← Back to opportunities

BLC0228 Digital Forensic Software and Tools (DFS&T) Framework

BLUELIGHT COMMERCIAL LIMITED

Buyer Contact Info

Buyer Name: BLUELIGHT COMMERCIAL LIMITED

Buyer Address: Lower Ground 5-8 The Sanctuary, London, UKI32, SW1P 3JS, United Kingdom

Contact Email: e-procurement@bluelight.police.uk

Status
active
Procedure
open
Value
800512167.0 GBP
Gross: 960614600.4 GBP
Published
13 Jan 2026, 16:47
Deadline
27 Feb 2026, 14:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
30210000 - Data-processing machines (hardware)
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

BlueLight Commercial are approaching the market nationally to establish an Open Framework for the provision of Digital Forensic Software and Tools. The scope of this framework has been established in alignment with the Forensic Science Regulators Code of Practice (2025), ensuring it reflects the current statutory requirements placed on local forensic units. This framework is intended to include all suppliers of Digital Forensic Software and Tools that support policing and agencies in meeting their obligations under the code. We seek to ensure that Software and Tools on the framework enable forces to achieve compliance, maintain quality standards and uphold the integrity and reliability of digital forensic processes in line with regulatory expectations. Inclusion on this framework does not require suppliers themselves to be accredited or directly compliant with Forensic Science Regulator's Code of Practice, but the Software and Tools they provide must support end users in meeting those requirements. We reserve the right to review and amend the scope of this framework as required to reflect any updates, revisions, or iterations of the Forensic Science Regulators Code of Practice and associated standards throughout the duration of the framework agreement. Following national consultation, it has been agreed that case management systems will not be included within the scope of this framework. This ensures the framework remains focused on digital forensic software and tooling, avoiding overlap with other national procurement activity. The stated estimated contract value includes provision for anticipated annual price increases over the potential contract term, in line with expected inflationary and market-related cost pressures. In addition, the value incorporates an allowance to cover estimated expenditure that may arise from use by additional participating or associated agencies during the life of the contract. The estimated value is therefore not a guarantee of spend but represents a prudent upper limit for procurement and transparency purposes

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://sell2.in-tend.co.uk/blpd/home

External Link: https://www.find-tender.service.gov.uk/Notice/002849-2026

Link Description: Tender notice on Find a Tender

Lots

Lot LOT-0001 Status: active

Lot LOT-0001 Has Options: Yes

Lot LOT-0001 Options: Modification Option 1 The Framework Agreement is established in accordance with the Forensic Science Regulators Codes of Practice (Codes) as of 2025. Over the duration of this Framework Agreement the Codes will be amended and therefore the scope of the framework would need to update in line with any changes to the Codes to ensure it remains relevant. Modification Option 2 Requirement to provide connectivity to other policing systems as part of the provision of this service.

Lot LOT-0001 Value: GBP 800,512,167.00

Lot LOT-0001 Value (Gross): GBP 960,614,600.40

Lot LOT-0001 Contract Start: 2026-05-27T00:00:00+01:00

Lot LOT-0001 Contract End: 2034-05-26T23:59:59+01:00

Lot LOT-0001 Award Criterion (price): Simple description

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-12517649",
    "name": "BLUELIGHT COMMERCIAL LIMITED"
  },
  "date": "2026-01-13T16:47:15Z",
  "id": "002849-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04ee0e",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 3JS",
        "region": "UKI32",
        "streetAddress": "Lower Ground 5-8 The Sanctuary"
      },
      "contactPoint": {
        "email": "e-procurement@bluelight.police.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.bluelightcommercial.police.uk/"
      },
      "id": "GB-COH-12517649",
      "identifier": {
        "id": "12517649",
        "scheme": "GB-COH"
      },
      "name": "BLUELIGHT COMMERCIAL LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "e-sender version did not include \"options\" amended on Central Digital Platform to include \"Options\"",
        "id": "002849-2026"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-05-05T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "BlueLight Commercial are approaching the market nationally to establish an Open Framework for the provision of Digital Forensic Software and Tools.\nThe scope of this framework has been established in alignment with the Forensic Science Regulators Code of Practice (2025), ensuring it reflects the current statutory requirements placed on local forensic units. This framework is intended to include all suppliers of Digital Forensic Software and Tools that support policing and agencies in meeting their obligations under the code. We seek to ensure that Software and Tools on the framework enable forces to achieve compliance, maintain quality standards and uphold the integrity and reliability of digital forensic processes in line with regulatory expectations. Inclusion on this framework does not require suppliers themselves to be accredited or directly compliant with Forensic Science Regulator\u0027s Code of Practice, but the Software and Tools they provide must support end users in meeting those requirements.\nWe reserve the right to review and amend the scope of this framework as required to reflect any updates, revisions, or iterations of the Forensic Science Regulators Code of Practice and associated standards throughout the duration of the framework agreement.\nFollowing national consultation, it has been agreed that case management systems will not be included within the scope of this framework. This ensures the framework remains focused on digital forensic software and tooling, avoiding overlap with other national procurement activity.\nThe stated estimated contract value includes provision for anticipated annual price increases over the potential contract term, in line with expected inflationary and market-related cost pressures. In addition, the value incorporates an allowance to cover estimated expenditure that may arise from use by additional participating or associated agencies during the life of the contract.\nThe estimated value is therefore not a guarantee of spend but represents a prudent upper limit for procurement and transparency purposes",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://sell2.in-tend.co.uk/blpd/home"
      },
      {
        "datePublished": "2026-01-13T16:47:15Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "002849-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/002849-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-13T23:59:00Z"
    },
    "hasRecurrence": true,
    "id": "BLC0228",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Data-processing machines (hardware)",
            "id": "30210000",
            "scheme": "CPV"
          },
          {
            "description": "Computer-related equipment",
            "id": "30230000",
            "scheme": "CPV"
          },
          {
            "description": "Special-purpose electrical goods",
            "id": "42992000",
            "scheme": "CPV"
          },
          {
            "description": "Industry specific software package",
            "id": "48100000",
            "scheme": "CPV"
          },
          {
            "description": "Database and operating software package",
            "id": "48600000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0001",
        "relatedLot": "LOT-0001"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Full information available in the \u002711Ci. Open Framework - Instruction to Bidders - Open Procedure V5\u0027 document",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Full information available in the \u002711Ci. Open Framework - Instruction to Bidders - Open Procedure V5\u0027 document"
        },
        "contractPeriod": {
          "endDate": "2034-05-26T23:59:59+01:00",
          "startDate": "2026-05-27T00:00:00+01:00"
        },
        "hasOptions": true,
        "id": "LOT-0001",
        "options": {
          "description": "Modification Option 1\nThe Framework Agreement is established in accordance with the Forensic Science Regulators Codes of Practice (Codes) as of 2025. Over the duration of this Framework Agreement the Codes will be amended and therefore the scope of the framework would need to update in line with any changes to the Codes to ensure it remains relevant.\nModification Option 2\nRequirement to provide connectivity to other policing systems as part of the provision of this service."
        },
        "status": "active",
        "value": {
          "amount": 800512167.0,
          "amountGross": 960614600.4,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "participationFees": [
      {
        "id": "ocds-h6vhtk-04ee0e",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.005
        },
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2028-04-27T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "Known Risk 1\nTechnological Change - due to the nature of the requirement and constant changes required to meet Digital Forensic needs, software changes and new software is required often. Nature of Impact: Increased costs, different products used than originally on the framework. Amendments likely to be often and frequent but unable to predict technological changes.\nKnown Risk 2\nIt is anticipated that during the lifetime of this framework, a central validation function or equivalent national coordination mechanism may be established to support consistency and assurance across digital forensic tools and methods. Suppliers appointed to the framework may be required to engage with this function to support validation or verification activity. The exact structure, governance, and funding model for any central validation function have not yet been determined. While engagement requirements are not expected to impose disproportionate burden, suppliers should be aware that collaborative participation in central validation or testing activity may become a condition of ongoing framework participation or call-off delivery",
    "status": "active",
    "submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "Please view Section 16 of document \u002713A. ITT Statement of Requirements V3\u0027, titled \u0027Framework Participants\u0027 for a full list of contracting authorities that may use the framework.",
        "description": "It is the intention of BlueLight Commercial that the Open Framework will allow for Contracting Authorities to call off in a way that minimises the administrative burden on both the Contracting Authority and the suppliers. This framework is designed to provide flexibility to contracting authorities while ensuring compliance with the Procurement Act 2023. Contracting authorities will be able to access the framework through two primary routes:\nDirect Award (by justification): Direct award will be permitted where there is a clear operational or justification, for example where existing accreditation is in place, where a system is already embedded within a Contracting Authorities processes, or where evidential integrity may be compromised by changing supplier. Justifications will be documented and retained in line with transparency requirements under the Act.\nFurther Competition: Where new or additional requirements arise that are not covered by existing direct award justification, contracting authorities will have the option to run a further competition amongst suppliers on the framework. This will ensure fair access and value for money when seeking innovative or expanded solutions.\nThe framework will be established with no upper limit on the number of suppliers that can participate. In line with the Procurement Act 2023, the framework will be periodically re-opened, allowing new suppliers to apply for entry, thereby supporting competition, innovation, and access for SMEs. The re-opening process will follow the procedures set out in the Act, ensuring transparent and fair evaluation against the same criteria used for initial entry.\nThis model balances the operational needs of policing with the legal requirements for fairness, competition, and supplier diversity.",
        "isOpenFrameworkScheme": true,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-05-27T23:59:59+01:00",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2026-02-27T14:00:00Z"
    },
    "title": "BLC0228 Digital Forensic Software and Tools (DFS\u0026T) Framework",
    "value": {
      "amount": 800512167.0,
      "amountGross": 960614600.4,
      "currency": "GBP"
    }
  }
}