Planning

Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Planning

16 Jul 2020 at 08:29

Summary of the contracting process

The City of London Corporation is currently in the planning stage of a procurement process titled "Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service." This initiative pertains to the software industry, specifically focusing on developing a sophisticated fraud prevention service. The engagement has a deadline for feedback submission set for 11:00 am on 5 August 2020, and responses will be accepted via the Capital eSourcing portal. The main objectives of this pre-market engagement include exploring technical options and data architecture to improve the operations of the National Fraud Intelligence Bureau and Action Fraud.

This tender presents a significant opportunity for businesses with expertise in software solutions, data analytics, and cyber-security innovations. Companies capable of delivering integrated systems for fraud prevention, or those with experience in victim care platforms, will find this engagement particularly relevant. Participation in this pre-market engagement can also position firms for future procurement opportunities with the City of London Corporation, allowing them to showcase their potential solutions and innovations in addressing fraud and cyber-crime challenges.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service

Notice Description

The City of London Corporation (the 'City'), in their capacity as Police Authority (for the City), is carrying out pre-market engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service which comprises two elements for the purposes of this engagement exercise; the National Fraud Intelligence Bureau, and Action Fraud (i.e. Contact Centre and Victim Care). The City will consider the feedback received to help inform its options and further decision making around both elements. For the avoidance of doubt, this phase of the project is not part of a formal procurement process and the City is not committing, at this stage, to carrying out such a process. The City of London Police is the designated National Lead Force for fraud, responsible for Action Fraud and the National Fraud Intelligence Bureau, and provides a central resource for counter-fraud policing activity, with an overall objective to provide consistency and co-ordination to fraud investigations. Individuals, police, businesses, and charities report fraud into the National Fraud Intelligence Bureau (NFIB) via various channels using the National Fraud Reporting Centre - Action Fraud. The National Fraud Intelligence Bureau (NFIB) is the central place for analysing and assessing these reports; the NFIB delivers a critical role, connecting the front-end demand generated via Action Fraud into actionable products (crime packages and intelligence products) which are disseminated to Law Enforcement Agencies. This service ingests data from large number of sources, to enrich the data sets to enable complex entity analysis to link information to crime reports and structure into crime packages. Action Fraud and NFIB play a vital role in the fight against fraud and cyber-crime with deep expertise and experience placing them in a unique position to provide a truly world leading fraud prevention service. However, their current operations are being hampered by an operating system that fails to meet the high standards expected by victims of fraud. The functions, services and platforms for Action Fraud and NFIB are delivered through an Agreement with a third-party contractor. As part of this pre-market engagement, the City is primarily seeking to explore: - Technical options to build an integrated Victim Centric Fraud Platform, satisfying and integrating the high-level requirements for Action Fraud and Know Fraud - Required data architecture to design, build and support the solution - How this is likely to achieve the stated functional and operational outcomes - How a future solution could deliver value and meet future requirements within a compressed timescale For further information and guidance on how to participate in this pre-market engagement, please see the Additional Text / Information section of this notice. Additional information: Additionally, the City would like to find out about the solutions that the market currently or potentially offer, along with the types of innovation or areas of best practice that are being developed and could meet the City's current requirements and/or make improvements to current ways of working, business processes and systems integration during this pre-market engagement. Currently, the estimated whole life costs for a next-generation service comprising all elements is circa 40,000,000 GBP to 60,000,000 GBP, based on up to five years (including build and run). Please note that this pre-market engagement is being undertaken using the electronic tendering system 'Capital eSourcing' (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. If your organisation would like to participate in this pre-market engagement exercise, it can do so by downloading, completing and returning the Non-Disclosure Agreement which can be found on the City's e-procurement portal at: www.capitalesourcing.com and use the Reference number: prj_COL_17256. Upon completion and return of the Non-Disclosure Agreement, the City can release the Soft Market Test (SMT) Documentation and corresponding Questionnaire(s) to the respective participant. Please note that there are two SMT Questionnaires; one for the National Fraud Intelligence Bureau, and the other is for the Contact Centre and Victim Care element. Organisations can submit a response for either one or both SMT Questionnaires. Organisations must submit their completed SMT Questionnaire(s) via the capital eSourcing portal www.capitalesourcing.com, together with any supporting documents via the system by the return deadline of 11.00am on 05 August 2020 in order to participate and registration is free. SMT Questionnaire(s) cannot be uploaded after the return deadline. The City will not be held accountable for any errors made by an organisation in submitting their applicable SMT Questionnaire(s). Participation or non-participation in the pre-market engagement shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the pre-market engagement shall place any supplier at an advantage in a potential procurement process. Participation in this pre-market engagement will be at each organisation's own cost. No expense in responding to this pre-market engagement will be reimbursed by the City.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-57ffab9f-1b22-4c6b-a6c9-8c53c4a254e5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c9f88d73-6c12-471a-9658-907e75e943eb
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Jul 20205 years ago
Submission Deadline
Not specified
Future Notice Date
5 Aug 2020Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
EC2P 2EJ
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-57ffab9f-1b22-4c6b-a6c9-8c53c4a254e5-2020-07-16T09:29:53+01:00",
    "date": "2020-07-16T09:29:53+01:00",
    "ocid": "ocds-b5fd17-57ffab9f-1b22-4c6b-a6c9-8c53c4a254e5",
    "language": "en",
    "initiationType": "tender",
    "title": "Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2020-08-05T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c9f88d73-6c12-471a-9658-907e75e943eb",
                "datePublished": "2020-07-16T09:29:53+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service",
                "url": "https://www.capitalesourcing.com"
            }
        ]
    },
    "tender": {
        "id": "tender_244404/866896",
        "title": "Pre-Market Engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service",
        "description": "The City of London Corporation (the 'City'), in their capacity as Police Authority (for the City), is carrying out pre-market engagement for a Next Generation National Fraud and Cyber-Crime Reporting and Analysis Service which comprises two elements for the purposes of this engagement exercise; the National Fraud Intelligence Bureau, and Action Fraud (i.e. Contact Centre and Victim Care). The City will consider the feedback received to help inform its options and further decision making around both elements. For the avoidance of doubt, this phase of the project is not part of a formal procurement process and the City is not committing, at this stage, to carrying out such a process. The City of London Police is the designated National Lead Force for fraud, responsible for Action Fraud and the National Fraud Intelligence Bureau, and provides a central resource for counter-fraud policing activity, with an overall objective to provide consistency and co-ordination to fraud investigations. Individuals, police, businesses, and charities report fraud into the National Fraud Intelligence Bureau (NFIB) via various channels using the National Fraud Reporting Centre - Action Fraud. The National Fraud Intelligence Bureau (NFIB) is the central place for analysing and assessing these reports; the NFIB delivers a critical role, connecting the front-end demand generated via Action Fraud into actionable products (crime packages and intelligence products) which are disseminated to Law Enforcement Agencies. This service ingests data from large number of sources, to enrich the data sets to enable complex entity analysis to link information to crime reports and structure into crime packages. Action Fraud and NFIB play a vital role in the fight against fraud and cyber-crime with deep expertise and experience placing them in a unique position to provide a truly world leading fraud prevention service. However, their current operations are being hampered by an operating system that fails to meet the high standards expected by victims of fraud. The functions, services and platforms for Action Fraud and NFIB are delivered through an Agreement with a third-party contractor. As part of this pre-market engagement, the City is primarily seeking to explore: - Technical options to build an integrated Victim Centric Fraud Platform, satisfying and integrating the high-level requirements for Action Fraud and Know Fraud - Required data architecture to design, build and support the solution - How this is likely to achieve the stated functional and operational outcomes - How a future solution could deliver value and meet future requirements within a compressed timescale For further information and guidance on how to participate in this pre-market engagement, please see the Additional Text / Information section of this notice. Additional information: Additionally, the City would like to find out about the solutions that the market currently or potentially offer, along with the types of innovation or areas of best practice that are being developed and could meet the City's current requirements and/or make improvements to current ways of working, business processes and systems integration during this pre-market engagement. Currently, the estimated whole life costs for a next-generation service comprising all elements is circa 40,000,000 GBP to 60,000,000 GBP, based on up to five years (including build and run). Please note that this pre-market engagement is being undertaken using the electronic tendering system 'Capital eSourcing' (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. If your organisation would like to participate in this pre-market engagement exercise, it can do so by downloading, completing and returning the Non-Disclosure Agreement which can be found on the City's e-procurement portal at: www.capitalesourcing.com and use the Reference number: prj_COL_17256. Upon completion and return of the Non-Disclosure Agreement, the City can release the Soft Market Test (SMT) Documentation and corresponding Questionnaire(s) to the respective participant. Please note that there are two SMT Questionnaires; one for the National Fraud Intelligence Bureau, and the other is for the Contact Centre and Victim Care element. Organisations can submit a response for either one or both SMT Questionnaires. Organisations must submit their completed SMT Questionnaire(s) via the capital eSourcing portal www.capitalesourcing.com, together with any supporting documents via the system by the return deadline of 11.00am on 05 August 2020 in order to participate and registration is free. SMT Questionnaire(s) cannot be uploaded after the return deadline. The City will not be held accountable for any errors made by an organisation in submitting their applicable SMT Questionnaire(s). Participation or non-participation in the pre-market engagement shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the pre-market engagement shall place any supplier at an advantage in a potential procurement process. Participation in this pre-market engagement will be at each organisation's own cost. No expense in responding to this pre-market engagement will be reimbursed by the City.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-147720",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "The Mayor and Commonalty and Citizens of the City of London (in their capacity as Police Authority for the City of London), City of London Corporation, Guildhall, PO Box 270",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Matthew Jones, Senior Category Manager, City Procurement",
                "email": "matthew.jones@cityoflondon.gov.uk"
            },
            "details": {
                "url": "http://www.cityoflondon.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-147720",
        "name": "City of London Corporation"
    }
}