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