Notice Information
Notice Title
NPCC Cybercrime Programme Blockchain forensics investigation SaaS
Notice Description
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 duration 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. 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 the Summary Information section of this notice and is exclusive of VAT and for the initial duration, including all the 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-73ca1051-a277-46c9-b615-8d43e049ef99
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/61481226-8a76-4d8c-876b-b2af64cd47bd
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
48100000 - Industry specific software package
48441000 - Financial analysis software package
48461000 - Analytical or scientific software package
48482000 - Business intelligence software package
72212100 - Industry specific software development services
72212217 - Transaction-processing software development services
72212461 - Analytical or scientific software development services
72212463 - Statistical software development services
72212482 - Business intelligence software development services
Notice Value(s)
- Tender Value
- £1,800,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Mar 20232 years ago
- Submission Deadline
- 25 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2023 - 31 May 2025 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- Not specified
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/61481226-8a76-4d8c-876b-b2af64cd47bd
24th March 2023 - Opportunity notice on Contracts Finder -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-73ca1051-a277-46c9-b615-8d43e049ef99-2023-03-24T14:49:32Z",
"date": "2023-03-24T14:49:32Z",
"ocid": "ocds-b5fd17-73ca1051-a277-46c9-b615-8d43e049ef99",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_345553/1162437",
"title": "NPCC Cybercrime Programme Blockchain forensics investigation SaaS",
"description": "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 duration 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. 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 the Summary Information section of this notice and is exclusive of VAT and for the initial duration, including all the 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.",
"datePublished": "2023-03-24T14:49:32Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48441000",
"description": "Financial analysis software package"
},
{
"scheme": "CPV",
"id": "48461000",
"description": "Analytical or scientific software package"
},
{
"scheme": "CPV",
"id": "48482000",
"description": "Business intelligence software package"
},
{
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
},
{
"scheme": "CPV",
"id": "72212217",
"description": "Transaction-processing software development services"
},
{
"scheme": "CPV",
"id": "72212461",
"description": "Analytical or scientific software development services"
},
{
"scheme": "CPV",
"id": "72212463",
"description": "Statistical software development services"
},
{
"scheme": "CPV",
"id": "72212482",
"description": "Business intelligence software development services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2023-04-25T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2023-06-01T00:00:00+01:00",
"endDate": "2025-05-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/61481226-8a76-4d8c-876b-b2af64cd47bd",
"datePublished": "2023-03-24T14:49:32Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "NPCC Cybercrime Programme: Blockchain forensics investigation SaaS",
"url": "https://www.capitalesourcing.com"
}
]
},
"parties": [
{
"id": "GB-CFS-239970",
"name": "City of London Corporation",
"identifier": {
"legalName": "City of London Corporation"
},
"address": {
"streetAddress": "The Mayor and Commonalty and Citizens of the City of London Guildhall, PO Box 270",
"locality": "London",
"postalCode": "EC2P 2EJ",
"countryName": "England"
},
"contactPoint": {
"email": "aga.watt@cityoflondon.gov.uk"
},
"details": {
"url": "http://www.cityoflondon.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-239970",
"name": "City of London Corporation"
}
}