Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NPCC Cybercrime Programme: Blockchain forensics investigation SaaS

  • First published: 25 March 2023
  • Last modified: 25 March 2023
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03b5e9
Published by:
The Mayor and Commonalty and Citizens of the City of London
Authority ID:
AA77658
Publication date:
25 March 2023
Deadline date:
25 April 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of London Police is looking to conduct a tender as part of the NPCC Cybercrime Programme for Blockchain forensic investigation software as a service (SaaS) to be used throughout the UK by police forces, ROCUs (Regional Organised Crime Units), the Serious Fraud Office (SFO) as well as other law enforcement agencies. This service should include a full blockchain forensic investigation capability as well as a blockchain identifier triage capability. The programme is looking for a service that evolves with the rapid innovation in this area to keep UK law enforcement at the cutting edge of blockchain investigation.

The full blockchain forensic investigation capability should cluster addresses using proven heuristics, support all popular blockchains, tokens and non-fungible tokens, have industry leading attribution to known entities and support automated cross chain/asset tracing.

The triage capability should cover a wide range of blockchains, tokens and NFTs. It should ingest a range of blockchain identifiers including but not limited to, addresses, transaction hashes, and extended public keys. It should use automated tracing across blockchains and tokens to producing a single comprehensive intelligence report that can inform investigative decisions.

The initial contract period will be for 24 months.

The City of London Police will require bidders to complete a Non-Disclosure Agreement before releasing confidential information relating to the tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London

Guildhall PO Box 270

London

EC2P 2EJ

UK

Telephone: +44 2076063030

E-mail: aga.watt@cityoflondon.gov.uk

NUTS: UKI

Internet address(es)

Main address: https://www.cityoflondon.gov.uk

Address of the buyer profile: www.capitalesourcing.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.capitalesourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.capitalesourcing.com


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.capitalesourcing.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NPCC Cybercrime Programme: Blockchain forensics investigation SaaS

Reference number: prj_COL_21536 or itt_COL_16655

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The City of London Police is looking to undertake a tender as part of the NPCC Cybercrime Programme for the provision of a Blockchain forensics investigation SaaS.

II.1.5) Estimated total value

Value excluding VAT: 1 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48100000

48441000

48461000

48482000

72212100

72212217

72212461

72212463

72212482

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The City of London Police is looking to conduct a tender as part of the NPCC Cybercrime Programme for Blockchain forensic investigation software as a service (SaaS) to be used throughout the UK by police forces, ROCUs (Regional Organised Crime Units), the Serious Fraud Office (SFO) as well as other law enforcement agencies. This service should include a full blockchain forensic investigation capability as well as a blockchain identifier triage capability. The programme is looking for a service that evolves with the rapid innovation in this area to keep UK law enforcement at the cutting edge of blockchain investigation.

The full blockchain forensic investigation capability should cluster addresses using proven heuristics, support all popular blockchains, tokens and non-fungible tokens, have industry leading attribution to known entities and support automated cross chain/asset tracing.

The triage capability should cover a wide range of blockchains, tokens and NFTs. It should ingest a range of blockchain identifiers including but not limited to, addresses, transaction hashes, and extended public keys. It should use automated tracing across blockchains and tokens to producing a single comprehensive intelligence report that can inform investigative decisions.

The initial contract period will be for 24 months.

The City of London Police will require bidders to complete a Non-Disclosure Agreement before releasing confidential information relating to the tender.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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

Date: 25/04/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/04/2023

Local time: 12:00

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 note that this procurement process is being undertaken using the electronic tendering system ‘CapitaleSourcing’ (url: www.capitalesourcing.com).

Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.

The estimated total value of the contract is stated in section II.1.5) of this notice and is exclusive of VAT and for the initial contract duration, including all potential optional requirements as described within the tender documents.

The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT)questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_21536 or itt_COL_16655.

Organisations must submit their completed Qualification Envelope and Invitation to Tender(ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.

The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT)questionnaires.

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The procurement process that will apply to the requirement is specified in the procurement documents

accordingly.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.4.4) Service from which information about the review procedure may be obtained

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.5) Date of dispatch of this notice

24/03/2023

Coding

Commodity categories

ID Title Parent category
72212461 Analytical or scientific software development services Programming services of application software
48461000 Analytical or scientific software package Analytical, scientific, mathematical or forecasting software package
72212482 Business intelligence software development services Programming services of application software
48482000 Business intelligence software package Sales, marketing and business intelligence software package
48441000 Financial analysis software package Financial analysis and accounting software package
72212100 Industry specific software development services Programming services of application software
48100000 Industry specific software package Software package and information systems
48000000 Software package and information systems Computer and Related Services
72212463 Statistical software development services Programming services of application software
72212217 Transaction-processing software development services Programming services of application software

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
aga.watt@cityoflondon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.