Published date: 24 March 2023

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 25 April 2023, 12pm

Contract summary

Industry

  • Software package and information systems - 48000000

  • Industry specific software package - 48100000

  • Financial analysis software package - 48441000

    • Analytical or scientific software package - 48461000

    • Business intelligence software package - 48482000

    • Industry specific software development services - 72212100

    • Transaction-processing software development services - 72212217

    • Analytical or scientific software development services - 72212461

    • Statistical software development services - 72212463

    • Business intelligence software development services - 72212482

Location of contract

Any region

Value of contract

£1,800,000

Procurement reference

tender_345553/1162437

Published date

24 March 2023

Closing date

25 April 2023

Closing time

12pm

Contract start date

1 June 2023

Contract end date

31 May 2025

Contract type

Supply contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


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.


More information

Links

Additional text

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.


About the buyer

Address

The Mayor and Commonalty and Citizens of the City of London Guildhall, PO Box 270
London
EC2P 2EJ
England

Email

aga.watt@cityoflondon.gov.uk

Website

www.cityoflondon.gov.uk