Tender

Fraud and Cyber Crime Reporting & Analysis Service CF

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

02 Jul 2021 at 16:18

Summary of the contracting process

The City of London Corporation, acting as the buyer, is seeking proposals for the "Fraud and Cyber Crime Reporting & Analysis Service CF." This procurement falls under the industry category of customer services and is currently in the Planning stage. The tender period concludes on 25 August 2021. The contracts will be awarded for a maximum of seven years, with an estimated value of £74,410,500, and services will commence on 1 May 2024, with an end date of 30 April 2029. The procurement method is a selective procedure, specifically a competitive procedure with negotiation.

This tender represents a significant opportunity for businesses engaged in providing fraud prevention and cybercrime analysis services. Suppliers with expertise in technology, customer service, and multi-agency collaboration would be particularly well-suited to compete for these contracts. The City of London Corporation is encouraging small and medium-sized enterprises (SMEs) to participate, indicating a welcoming environment for innovative solutions in this field. To access procurement documentation, businesses must register on the CapitalESourcing portal and submit a signed non-disclosure agreement.

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

Fraud and Cyber Crime Reporting & Analysis Service CF

Notice Description

The Mayor and Commonalty and Citizens of the City of London (City of London Corporation) in its capacity as Police Authority for the City of London Police is looking to procure the next generation of services that together will support Action Fraud and the National Fraud Intelligence Bureau (NFIB) The City of London Corporation intends to award up to three (3) separate contracts. Each service is described in more detail within the Procurement Documentation The Services consist of a single national point of contact for members of the public and organisations that have been victims of fraud and cyber crime to report details of the incident through a contact centre and online channels (Lot 1) Review and analysis of crime reports is based on the intelligence collected and maintained as part of the NFIB national responsibilities and managed through demand and workflow management, underpinned by systems integration (Lot 2) Service integration and management to support delivery in a multi-supplier / multi-agency environment (Lot 3) Each contract will be awarded for a maximum duration of seven (7) years. The initial contract duration of five (5) years (including where required up to eighteen (18) months for design, build, testing and implementation) will be subject to two (2) contract extension options exercisable by the Authority, of twelve (12) months each The estimated annual services charges for each Lot are: Lot 1 - PS6,700,000; Lot 2 - PS3,000,000; Lot 3 - PS1,000,000. It is anticipated that there will be additional charges for the design, build, testing and implementation of the solutions under each Lot For access to the Procurement Documentation, interested parties must first complete and submit to the Authority a signed non-disclosure agreement. To request a non-disclosure agreement for completion please contact anthony.vittadini@cityoflondon.gov.uk The Contracting Authority intends to hold a Market Engagement event currently scheduled to take place on 20 July 2021. For details of how to register for this event please contact anthony.vittadini@cityoflondon.gov.uk *Suppliers must be registered to the CapitalESourcing tendering portal as the Procurement Documentation will be made available through this tendering portal. Registration is free at https://www.capitalesourcing.com/web/login.shtml* **Please note that funding for the contracts described in Lots 1 - 3 will be made available on an annual basis**

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-898621cb-d165-4afa-ba43-f81a9f11b57e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/fcf938f0-de2e-4043-8698-72e26ce34ab7
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79342300 - Customer services

Notice Value(s)

Tender Value
£74,410,500 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jul 20214 years ago
Submission Deadline
25 Aug 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2024 - 30 Apr 2029 Over 5 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
TLI London

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

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-b5fd17-898621cb-d165-4afa-ba43-f81a9f11b57e-2021-07-02T17:18:30+01:00",
    "date": "2021-07-02T17:18:30+01:00",
    "ocid": "ocds-b5fd17-898621cb-d165-4afa-ba43-f81a9f11b57e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_272241/976819",
        "title": "Fraud and Cyber Crime Reporting & Analysis Service CF",
        "description": "The Mayor and Commonalty and Citizens of the City of London (City of London Corporation) in its capacity as Police Authority for the City of London Police is looking to procure the next generation of services that together will support Action Fraud and the National Fraud Intelligence Bureau (NFIB) The City of London Corporation intends to award up to three (3) separate contracts. Each service is described in more detail within the Procurement Documentation The Services consist of a single national point of contact for members of the public and organisations that have been victims of fraud and cyber crime to report details of the incident through a contact centre and online channels (Lot 1) Review and analysis of crime reports is based on the intelligence collected and maintained as part of the NFIB national responsibilities and managed through demand and workflow management, underpinned by systems integration (Lot 2) Service integration and management to support delivery in a multi-supplier / multi-agency environment (Lot 3) Each contract will be awarded for a maximum duration of seven (7) years. The initial contract duration of five (5) years (including where required up to eighteen (18) months for design, build, testing and implementation) will be subject to two (2) contract extension options exercisable by the Authority, of twelve (12) months each The estimated annual services charges for each Lot are: Lot 1 - PS6,700,000; Lot 2 - PS3,000,000; Lot 3 - PS1,000,000. It is anticipated that there will be additional charges for the design, build, testing and implementation of the solutions under each Lot For access to the Procurement Documentation, interested parties must first complete and submit to the Authority a signed non-disclosure agreement. To request a non-disclosure agreement for completion please contact anthony.vittadini@cityoflondon.gov.uk The Contracting Authority intends to hold a Market Engagement event currently scheduled to take place on 20 July 2021. For details of how to register for this event please contact anthony.vittadini@cityoflondon.gov.uk *Suppliers must be registered to the CapitalESourcing tendering portal as the Procurement Documentation will be made available through this tendering portal. Registration is free at https://www.capitalesourcing.com/web/login.shtml* **Please note that funding for the contracts described in Lots 1 - 3 will be made available on an annual basis**",
        "datePublished": "2021-07-02T17:18:30+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79342300",
            "description": "Customer services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 74410500,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-08-25T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-05-01T00:00:00+01:00",
            "endDate": "2029-04-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/fcf938f0-de2e-4043-8698-72e26ce34ab7",
                "datePublished": "2021-07-02T17:18:30+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/957aabb2-d175-49af-b90f-c25bfbf86c21",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Link to eSourcing Portal",
                "url": "https://www.capitalesourcing.com"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-48924",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Anthony Vittadini",
                "email": "Anthony.Vittadini@cityoflondon.gov.uk",
                "telephone": "0207 606 3030"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-48924",
        "name": "City of London Corporation"
    }
}