Tender

NPCC Cybercrime Programme Blockchain forensics investigation SaaS

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

24 Mar 2023 at 14:49

Summary of the contracting process

The City of London Police is seeking tenders as part of the NPCC Cybercrime Programme for Blockchain forensic investigation software as a service (SaaS). This 24-month contract opportunity involves providing a full blockchain investigation capability, with key requirements for clustering addresses, entity attribution, and cross-chain tracing. The tender is under the open procedure method and will close on 25th April 2023. The contract period is scheduled from 1st June 2023 to 31st May 2025.

This procurement process by the City of London Corporation offers growth opportunities for businesses specialising in industry-specific software, financial analysis software, and business intelligence software development services. Small and medium-sized enterprises (SMEs) are encouraged to participate. Interested parties need to register on the electronic tendering system 'CapitaleSourcing' to access the tender documents. The contracting authority may vary timescales but invites suitable businesses to engage in this innovative procurement initiative for law enforcement technology.

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

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.

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

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

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-b5fd17-73ca1051-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"
    }
}