Award

NPCC Cybercrime Programme: Darkweb Intelligence Tool SaaS

CITY OF LONDON CORPORATION

This public procurement record has 2 releases in its history.

Award

27 Mar 2024 at 16:03

Tender

05 Dec 2023 at 13:43

Summary of the contracting process

The City of London Corporation has awarded a contract for the NPCC Cybercrime Programme to CACI Limited. The procurement involved acquiring a Darkweb Intelligence Tool SaaS for the City of London Police. The procurement process was initiated as a tender, with a focus on software development services utilities. The contract value amounts to £1,481,938.80 GBP, and the contracting process has been completed.

This tender presents business growth opportunities for companies providing software development services utilities. The contract, issued by the City of London Corporation, aims to enhance investigative capabilities for dark web intelligence. Suitable businesses involved in software development services utilities and cybersecurity would be well-suited to compete for this contract, which is part of the NPCC Cybercrime Programme led by the City of London Police.

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: Darkweb Intelligence Tool SaaS

Notice Description

The NPCC Cybercrime Programme is the national strategic lead in policing for Cybercrime, led by Commissioner Angela McLaren of City of London Police. The Cybercrime Programme has led in this area since 2018 and has delivered significant strategic and operational goals. In many areas, the Cybercrime Programme has delivered world leading initiatives and our approach over previous years has resulted in significant operational success, both in terms of successful criminal convictions, but also our ability to disrupt and tackle sophisticated, financially motivated cyber criminals. The Darkweb Intelligence tool will provide an increased level of investigative capability across the wider network by providing Darkweb investigators with current data collections (eg: web scraped) from open, deep and Darkweb sources (including other sources such as leaked forums). Provide a user friendly web based interface for the management of cases, and to access and utilise all investigative features, such as searching, tagging, reporting. This includes advanced features that enable a granular focus the data (such as timeline filtering) or the real-time monitoring of specific artefacts / keywords.

Lot Information

Lot 1

The City of London Police (COLP) is the police force that hosts the NPCC Cybercrime Programme. The NPCC Cybercrime Programme is the national strategic lead in policing for Cybercrime, led by Commissioner Angela McLaren of City of London Police. The Cybercrime Programme has led in this area since 2018 and has delivered significant strategic and operational goals. In many areas, the Cybercrime Programme has delivered world leading initiatives and our approach over previous years has resulted in significant operational success, both in terms of successful criminal convictions, but also our ability to disrupt and tackle sophisticated, financially motivated cyber criminals. The Darkweb Intelligence tool will provide an increased level of investigative capability across the wider network by providing Darkweb investigators with current data collections (eg: web scraped) from open, deep and Darkweb sources (including other sources such as leaked forums). Provide a user friendly web based interface for the management of cases, and to access and utilise all investigative features, such as searching, tagging, reporting. This includes advanced features that enable a granular focus the data (such as timeline filtering) or the real-time monitoring of specific artefacts / keywords. Provide actionable intelligence that supports detection and priority of threat, risk and harm. The core contract terms is 12 months with the optional of additional 12 month extensions up to a further 24 months. Potential contract length is 36 months. Provide direct interoperability with existing blockchain intelligence tools.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0421c9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010104-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48611000 - Database software package

72212700 - Software development services utilities

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,481,938 £1M-£10M

Notice Dates

Publication Date
27 Mar 20241 years ago
Submission Deadline
8 Jan 2024Expired
Future Notice Date
Not specified
Award Date
16 Oct 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Not specified
Contact Email
mitchell.walker@cityoflondon.gov.uk
Contact Phone
+44 2076063030

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

Supplier Information

Number of Suppliers
1
Supplier Name

CACI

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-h6vhtk-0421c9-2024-03-27T16:03:45Z",
    "date": "2024-03-27T16:03:45Z",
    "ocid": "ocds-h6vhtk-0421c9",
    "description": "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_23060 or itt_COL_17764. 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.",
    "initiationType": "tender",
    "tender": {
        "id": "prj_COL_23060",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NPCC Cybercrime Programme: Darkweb Intelligence Tool SaaS",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72212700",
            "description": "Software development services utilities"
        },
        "mainProcurementCategory": "services",
        "description": "The NPCC Cybercrime Programme is the national strategic lead in policing for Cybercrime, led by Commissioner Angela McLaren of City of London Police. The Cybercrime Programme has led in this area since 2018 and has delivered significant strategic and operational goals. In many areas, the Cybercrime Programme has delivered world leading initiatives and our approach over previous years has resulted in significant operational success, both in terms of successful criminal convictions, but also our ability to disrupt and tackle sophisticated, financially motivated cyber criminals. The Darkweb Intelligence tool will provide an increased level of investigative capability across the wider network by providing Darkweb investigators with current data collections (eg: web scraped) from open, deep and Darkweb sources (including other sources such as leaked forums). Provide a user friendly web based interface for the management of cases, and to access and utilise all investigative features, such as searching, tagging, reporting. This includes advanced features that enable a granular focus the data (such as timeline filtering) or the real-time monitoring of specific artefacts / keywords.",
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The City of London Police (COLP) is the police force that hosts the NPCC Cybercrime Programme. The NPCC Cybercrime Programme is the national strategic lead in policing for Cybercrime, led by Commissioner Angela McLaren of City of London Police. The Cybercrime Programme has led in this area since 2018 and has delivered significant strategic and operational goals. In many areas, the Cybercrime Programme has delivered world leading initiatives and our approach over previous years has resulted in significant operational success, both in terms of successful criminal convictions, but also our ability to disrupt and tackle sophisticated, financially motivated cyber criminals. The Darkweb Intelligence tool will provide an increased level of investigative capability across the wider network by providing Darkweb investigators with current data collections (eg: web scraped) from open, deep and Darkweb sources (including other sources such as leaked forums). Provide a user friendly web based interface for the management of cases, and to access and utilise all investigative features, such as searching, tagging, reporting. This includes advanced features that enable a granular focus the data (such as timeline filtering) or the real-time monitoring of specific artefacts / keywords. Provide actionable intelligence that supports detection and priority of threat, risk and harm. The core contract terms is 12 months with the optional of additional 12 month extensions up to a further 24 months. Potential contract length is 36 months. Provide direct interoperability with existing blockchain intelligence tools.",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "55"
                        },
                        {
                            "name": "Responsible Procurement",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48611000",
                        "description": "Database software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "City of London, whose principal address is at Guildhall, PO BOX 270, London EC2P 2EJ"
                }
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.capitalesourcing.com",
        "communication": {
            "atypicalToolUrl": "http://www.capitalesourcing.com"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-01-08T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-01-08T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-01-08T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-135",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2076063030",
                "email": "Mitchell.Walker@cityoflondon.gov.uk",
                "url": "http://www.capitalesourcing.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.cityoflondon.gov.uk",
                "buyerProfile": "http://www.capitalesourcing.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-143",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 20794760000"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-109305",
            "name": "CACI Limited",
            "identifier": {
                "legalName": "CACI Limited"
            },
            "address": {
                "streetAddress": "Avonmore Road",
                "locality": "Kensington Village",
                "region": "UKI",
                "postalCode": "W14 8TS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3937",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC1A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-135",
        "name": "City of London Corporation"
    },
    "language": "en",
    "awards": [
        {
            "id": "010104-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "NPCC Cybercrime Programme: Darkweb Intelligence Tool SaaS",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-109305",
                    "name": "CACI Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010104-2024-1-1",
            "awardID": "010104-2024-1-1",
            "title": "NPCC Cybercrime Programme: Darkweb Intelligence Tool SaaS",
            "status": "active",
            "value": {
                "amount": 1481938.8,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-17T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 11
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 11
            }
        ]
    }
}