Notice Information
Notice Title
BLC0306 - Framework for the Provision of Covert Management Systems
Notice Description
BlueLight Commercial has established a national multi-supplier framework for the provision of Covert Management Systems. The Framework Agreement will be available for use by all UK Police Forces and other agencies. BlueLight Commercial work in collaboration with blue light organisations to maximise commercial benefit to UK emergency services. A number of covert tactics are available to law enforcement agencies in the UK to enable them to prevent and detect crime or disorder and maintain public safety. This is a highly regulated activity, with organisations making use of undercover tactics, covert human intelligence sources and protected persons management. Law enforcement agencies require specialised systems to allow them to effectively manage any covert operations, ensuring appropriate authority is granted and a clear audit trail is available. This Framework provides Commercial-off-the Shelf (COTS) Covert Management Systems which can be hosted on-premise or within the cloud. The systems support: * Core Module - end-to-end planning, authorisation, risk management, product handling and oversight of covert operations, * Prison Surveillance - enabling request and retrieval of material held in the prison network, * Protected Person Management - for the management of individuals under protection e.g. witnesses, judges, jurors, officers and family members, * Surveillance Operations Management, * Undercover Operations Management, * Covert Human Intelligence Source (CHIS) handling, * Communications Authority Management, * Technical Support Unit (TSU) Support. This will be for a period of four (4) years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ee31
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027766-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48100000 - Industry specific software package
72261000 - Software support services
72266000 - Software consultancy services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- £10,000,000 £10M-£100M
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 26 Mar 20264 weeks ago
- Submission Deadline
- 16 Jan 2026Expired
- Future Notice Date
- 15 Dec 2025Expired
- Award Date
- 18 Feb 20262 months ago
- Contract Period
- 16 Mar 2026 - 15 Mar 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BLUELIGHT COMMERCIAL LIMITED
- 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
- SW1P 3JS
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/027766-2026
26th March 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014698-2026
18th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/082631-2025
12th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/079472-2025
3rd December 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-14010
Redacted copy of Framework Agreement which suppliers have signed
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-h6vhtk-05ee31-2026-03-26T10:37:40Z",
"date": "2026-03-26T10:37:40Z",
"ocid": "ocds-h6vhtk-05ee31",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "079472-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079472-2025",
"datePublished": "2025-12-03T16:24:24Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-COH-12517649",
"name": "BlueLight Commercial Limited",
"identifier": {
"scheme": "GB-COH",
"id": "12517649"
},
"address": {
"streetAddress": "Lower Ground 5-8 The Sanctuary",
"locality": "London",
"postalCode": "SW1P 3JS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "Jake.Laurie@bluelight.police.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bluelightcommercial.police.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-03319098",
"name": "ABM Intelligence Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "03319098"
},
"address": {
"streetAddress": "Kirtley Drive",
"locality": "Nottingham",
"postalCode": "NG7 1LD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"email": "info@altiaintel.com",
"telephone": "03308088600"
},
"roles": [
"supplier"
],
"details": {
"url": "https://altiaintel.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08826252",
"name": "CTRL O LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08826252"
},
"address": {
"streetAddress": "Preston Road",
"locality": "Yeovil",
"postalCode": "BA20 2EN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK23"
},
"contactPoint": {
"email": "info@ctrlo.com",
"telephone": "02034741200"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.ctrlo.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-00968498",
"name": "NEC Software Solutions UK Limited",
"identifier": {
"scheme": "GB-COH",
"id": "00968498"
},
"address": {
"streetAddress": "1st Floor, iMex Centre, 575-599 Maxted Road,",
"locality": "Hemel Hempstead",
"postalCode": "HP2 7DX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH23"
},
"contactPoint": {
"email": "psbidmgmt@necsws.com",
"telephone": "01442768445"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.necsws.com/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-12517649",
"name": "BlueLight Commercial Limited"
},
"tender": {
"id": "BLC0306",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "BLC0306 - Framework for the Provision of Covert Management Systems",
"description": "BlueLight Commercial has established a national multi-supplier framework for the provision of Covert Management Systems. The Framework Agreement will be available for use by all UK Police Forces and other agencies. BlueLight Commercial work in collaboration with blue light organisations to maximise commercial benefit to UK emergency services. A number of covert tactics are available to law enforcement agencies in the UK to enable them to prevent and detect crime or disorder and maintain public safety. This is a highly regulated activity, with organisations making use of undercover tactics, covert human intelligence sources and protected persons management. Law enforcement agencies require specialised systems to allow them to effectively manage any covert operations, ensuring appropriate authority is granted and a clear audit trail is available. This Framework provides Commercial-off-the Shelf (COTS) Covert Management Systems which can be hosted on-premise or within the cloud. The systems support: * Core Module - end-to-end planning, authorisation, risk management, product handling and oversight of covert operations, * Prison Surveillance - enabling request and retrieval of material held in the prison network, * Protected Person Management - for the management of individuals under protection e.g. witnesses, judges, jurors, officers and family members, * Surveillance Operations Management, * Undercover Operations Management, * Covert Human Intelligence Source (CHIS) handling, * Communications Authority Management, * Technical Support Unit (TSU) Support. This will be for a period of four (4) years.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "Police Contracting Authorities and/or Police and Crime Commissioners, for a full list go to: https:///www.police.uk/forces Police, Fire and Crime Commissioners MOD Police, PSNI, Police Scotland, British Transport Police, Civil Nuclear Constabulary, Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies, Financial Intelligence Unit Jersey Local Authorities in England, Wales and Northern Ireland Combined Authorities, Mayoral Combined Authorities and Combined County Authorities UK Fire and Rescue Services Home Office, MoJ, FCDO, DWP, Department for Business and Trade and DEFRA: including their associated agencies and non-departmental public bodies. APCC, NPCC, College of Policing, Border Force, IOPC, BlueLight Commercial and Police Digital Services Organisations set up under the Crime and Courts Act 2013 NHS Bodies",
"description": "This framework has been awarded to multiple suppliers for use by law enforcement agencies and other public sector bodies. The procedure for Call-Off Contracts is further competition or direct award."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-16T00:00:00+00:00",
"endDate": "2030-03-15T23:59:59+00:00"
},
"status": "complete",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "AED"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Stage 1 - ITT Technical and Social Value Questions",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Software Demonstration",
"description": "Stage 2 - Software Demonstrations",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-12-15T23:59:59+00:00"
},
"status": "complete",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1: PSQ, Conditions of Participants, Gateway Questions, ITT Technical and Social Value Questions. Bidders who meet the minimum score (as defined in the ITT documentation) will be taken through to Stage 2. Stage 2: Software Demonstrations"
},
"participationFees": [
{
"id": "ocds-h6vhtk-05ee31",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.015,
"monetaryValue": "award"
},
"description": "The fees are a percentage of the business transacted via the framework, per supplier."
}
],
"submissionMethodDetails": "Tenders must be submitted electronically via https://sell2.in-tend.co.uk/blpd/home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-16T12:30:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-06T12:30:00+00:00"
},
"awardPeriod": {
"endDate": "2026-02-27T23:59:59+00:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://sell2.in-tend.co.uk/blpd/home"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "082631-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/082631-2025",
"datePublished": "2025-12-12T16:04:03Z",
"format": "text/html"
}
],
"coveredBy": [
"GPA",
"CPTPP"
]
},
"language": "en",
"bids": {
"details": [
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03319098",
"name": "ABM Intelligence Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08826252",
"name": "CTRL O LTD"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00968498",
"name": "NEC Software Solutions UK Limited"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Framework for the Provision of Covert Management Systems",
"status": "active",
"date": "2026-02-18T00:00:00+00:00",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-03319098",
"name": "ABM Intelligence Ltd"
},
{
"id": "GB-COH-08826252",
"name": "CTRL O LTD"
},
{
"id": "GB-COH-00968498",
"name": "NEC Software Solutions UK Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-27T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-09T00:00:00+00:00",
"endDate": "2030-03-08T23:59:59+00:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "014698-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014698-2026",
"datePublished": "2026-02-18T12:02:27Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-18T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-03T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Framework for the Provision of Covert Management Systems",
"status": "active",
"period": {
"startDate": "2026-03-16T00:00:00+00:00",
"endDate": "2030-03-15T23:59:59+00:00"
},
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-03-16T00:00:00+00:00",
"documents": [
{
"id": "A-14010",
"documentType": "contractSigned",
"description": "Redacted copy of Framework Agreement which suppliers have signed",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14010",
"format": "application/pdf"
},
{
"id": "027766-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027766-2026",
"datePublished": "2026-03-26T10:37:40Z",
"format": "text/html"
}
],
"agreedMetrics": [
{
"id": "1",
"title": "1. Implementation",
"description": "All Implementations must be delivered on time, as agreed by the Supplier and each individual Framework Participant and detailed in the implementation plan in each individual call off contract. Implementation of the software is accepted as completed when the software is accepted as operational by the Framework Participant. (Delivered on time implementations in reporting period / total number of call off orders in reporting period requiring implementation *100)",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "2",
"title": "2. Management Information",
"description": "Management Information shared in full within 10 working days of the end of the month (On time reports / total number of reports * 100)",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "3",
"title": "3. Delivery of Training",
"description": "Delivery time should be measured from the point that each individual Framework Participants requests training, to the point that the training is marked completed by the Framework Participant. (Delivered on time in reporting period / total number of training requests in reporting period *100)",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "4",
"title": "4. Customer Satisifaction",
"description": "Framework Participants perception of products/services taken from agreed end user satisfaction survey.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 12
}
}
]
},
{
"id": "5",
"title": "5. Services Requests / Incidents - Initial Response",
"description": "Number of service requests / incidents meeting the initial response times (as outlined in Section 5.1 of the Statement of Requirements) within the reporting period. (Number of service requests / incidents which met initial response time in reporting period / total number of service requests / incidents logged in reporting period * 100).",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "6",
"title": "6. Service Requests / Incidents - Resolved on Time",
"description": "Number of service requests / incidents meeting the resolution times (as outlined in Section 5.1 of the Statement of Requirements) within the reporting period. (Number of service requests / incidents which met resolution time in reporting period / total number of service requests / incidents logged in reporting period * 100).",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "7",
"title": "7. P1 Request / Incidents - Missed Resolution Time",
"description": "Number of service requests / incidents recorded as Priority 1 which missed the resolution time (as outlined in Section 5.1 of the Statement of Requirements) within the reporting period. (Number of P1 service requests / incidents meeting resolution time in reporting period / total number of P1 service requests / incidents logged in reporting period * 100).",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "8",
"title": "8. P2 Requests / Incidents - Missed Resolution Time",
"description": "Number of service requests / incidents recorded as Priority 2 which missed the resolution time (as outlined in Section 5.1 of the Statement of Requirements) within the reporting period. (Number of P2 service requests / incidents meeting resolution time in reporting period / total number of P2 service requests / incidents logged in reporting period * 100)",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "9",
"title": "9. P3 Requests / Incidents - Missed Resolution Time",
"description": "Number of service requests / incidents recorded as Priority 3 which missed the resolution time (as outlined in Section 5.1 of the Statement of Requirements) within the reporting period. (Number of P3 service requests / incidents meeting resolution time in reporting period / total number of P3 service requests / incidents logged in reporting period * 100).",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "10",
"title": "10. System Availability",
"description": "Availability of the system (excluding planned downtime - notified to the Contracting Authority in advance) within the reporting period. (Uptime = (Uptime hours / total hours in reporting period) *100)",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "11",
"title": "11. Social Value",
"description": "Within 3 months of commence of the Framework Agreement, the Supplier shall register their organisation on the NetPositive Social Value Action Planning Tool and create an action plan details their social value commitments and actions. As a minimum, the Supplier must update their action plan annually with progress and evidence of delivery.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 12
}
}
]
}
]
}
]
}