Tender

Crypto Capabilities: Storage and Realisation

BLUELIGHT COMMERCIAL LIMITED

This public procurement record has 1 release in its history.

Tender

16 Feb 2026 at 13:00

Summary of the contracting process

BLUELIGHT COMMERCIAL LIMITED has initiated a tender titled "Crypto Capabilities: Storage and Realisation" for a national framework agreement aimed at providing secure storage and services for crypto assets. This framework aligns with the Economic Crime Plan 2 and will assist UK law enforcement and government bodies in managing assets obtained through crypto-related crime. Headquartered in London, the buying organisation is a sub-central government authority. The procurement process, currently in the tender stage, follows a selective method with expression of interest by 20 March 2026. Award announcements are expected by 4 August 2026. The estimated framework value spans between £800,000 and £40,000,000, with a maximum contract duration of eight years including extensions.

This tender presents significant business opportunities for firms specialising in industry-specific software packages, financial systems software, and software-related services to support government initiatives against economic crime. The framework is suitable for businesses capable of delivering a robust Software-as-a-Service (SaaS) solution for custody and trading services alongside training support. With a competitive flexible procedure spanning participation, tender, and demonstration stages, businesses that demonstrate a strong technical, pricing, and social value proposition can thrive. The single-supplier framework offers high growth potential with commission-based payment for asset realisation, inviting expertise in secure cryptocurrency management and diverse asset trading operations.

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

Crypto Capabilities: Storage and Realisation

Notice Description

BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions and possible realisations (up to 8 years), further information is provided in the Stage 1 Briefing Document.

Lot Information

Lot 1

Renewal: The initial contract period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0654d8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013828-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
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

48100000 - Industry specific software package

48442000 - Financial systems software package

72260000 - Software-related services

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
£40,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Feb 20266 days ago
Submission Deadline
20 Mar 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
18 Aug 2026 - 18 Aug 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BLUELIGHT COMMERCIAL LIMITED
Contact Name
Not specified
Contact Email
e-procurement@bluelight.police.uk
Contact Phone
Not specified

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

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-0654d8-2026-02-16T13:00:23Z",
    "date": "2026-02-16T13:00:23Z",
    "ocid": "ocds-h6vhtk-0654d8",
    "initiationType": "tender",
    "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": "e-procurement@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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-12517649",
        "name": "BLUELIGHT COMMERCIAL LIMITED"
    },
    "tender": {
        "id": "BLC0218A",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Crypto Capabilities: Storage and Realisation",
        "description": "BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions and possible realisations (up to 8 years), further information is provided in the Stage 1 Briefing Document.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48442000",
                        "description": "Financial systems software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 48000000,
            "amount": 40000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1-Participation Stage Stage 2-Tender Stage Stage 3-Demonstration Stage Stage 1 The Participation Stage consists of the following: This is a series of Pass/Pail questions relating to the requirements of the procurement. Bidders are required to sign an non-disclosure agreement at this stage. All bidders that pass all Conditions of Participation and sign the non-disclosure agreement will progress to Stage 2. Stage 2 The Tender Stage consists of the following: Quality-bidders must respond to the technical questions. Price-bidders must complete the pricing schedule based on the pricing scenario. Social Value-bidders must respond to the social value questions providing information relevant to how these will be addressed over the lifetime of the Framework. Stage 3 This stage verifies the bids submitted in Tender Stage 2 for the two highest-scoring bidders, who will be invited to demonstrate their proposed solution. If the highest-scoring bidder is unable to demonstrate that they meet the Stage 2 requirements, they will be excluded from the process, and the next highest-scoring bidder will be invited to validate their tender through a demonstration."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Chief Constables and/or Police and Crime Commissioners and/or the Police Authorities for their respective rights and interests. Police, Fire and Crime Commissioners, Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and /or fire within a combined authority. Ministry of Defence, MOD Police, Serious Fraud Office, Police Service of Northern Ireland, Gibraltar Police, Cyprus Police, Channel Islands Police, Isle of Man Police, British Transport Police, Civil Nuclear Constabulary, Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015; Police Scotland; Home Office, HMRC, Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies, The Insolvency Service, Financial Conduct Authority, College of Policing, Border Force, Independent Office for Police Conduct, Organisations under the Crime and Courts Act 2013.",
                "description": "This is single supplier framework. Contracting authorities will call-off the framework using a direct award. The payment to the supplier will be based on a commission-only payment model following realisation of the crypto assets."
            }
        },
        "submissionMethodDetails": "All PSQ and tender responses must be submitted via the Bluelight Commercial e-tender platform https://sell2.in-tend.co.uk/blpd/home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-20T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-03-20T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-04T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 48000000,
                    "amount": 40000000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated: Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: This stage verifies the bids submitted in Tender Stage 2 for the two highest-scoring bidders, who will be invited to demonstrate their proposed solution. If the highest-scoring bidder is unable to demonstrate that they meet the Stage 2 requirements, they will be excluded from the process, and the next highest-scoring bidder will be invited to validate their tender through a demonstration.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated: Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: This stage verifies the bids submitted in Tender Stage 2 for the two highest-scoring bidders, who will be invited to demonstrate their proposed solution. If the highest-scoring bidder is unable to demonstrate that they meet the Stage 2 requirements, they will be excluded from the process, and the next highest-scoring bidder will be invited to validate their tender through a demonstration."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-19T00:00:00+01:00",
                    "endDate": "2030-08-18T23:59:59+01:00",
                    "maxExtentDate": "2034-08-18T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "013828-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013828-2026",
                "datePublished": "2026-02-16T13:00:23Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment terms are detailed in the Framework Terms and Conditions."
        },
        "riskDetails": "The risks have been identified in the Framework Terms and Conditions."
    },
    "language": "en"
}