Tender

Crypto Capabilities: Storage and Realisation

  • BLUELIGHT COMMERCIAL LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-013828

Procurement identifier (OCID): ocds-h6vhtk-0654d8

Published 16 February 2026, 1:00pm



Scope

Reference

BLC0218A

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 £800,000 and £40,000,000 (ex VAT) and includes all extensions and possible realisations (up to 8 years), further information is provided in the Stage 1 Briefing Document.

Commercial tool

Establishes a framework

Total value (estimated)

  • £40,000,000 excluding VAT
  • £48,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 19 August 2026 to 18 August 2030
  • Possible extension to 18 August 2034
  • 8 years

Description of possible extension:

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.

Main procurement category

Services

CPV classifications

  • 48100000 - Industry specific software package
  • 48442000 - Financial systems software package
  • 72260000 - Software-related services

Contract locations

  • UK - United Kingdom

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation 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.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

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.


Submission

Enquiry deadline

20 March 2026, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

20 March 2026, 12:00pm

Submission address and any special instructions

All PSQ and tender responses must be submitted via the Bluelight Commercial e-tender platform https://sell2.in-tend.co.uk/blpd/home

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

4 August 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple 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...

Price

Weighting 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...


Other information

Payment terms

Payment terms are detailed in the Framework Terms and Conditions.

Description of risks to contract performance

The risks have been identified in the Framework Terms and Conditions.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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.


Contracting authority

BLUELIGHT COMMERCIAL LIMITED

  • Companies House: 12517649

Lower Ground 5-8 The Sanctuary

London

SW1P 3JS

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - sub-central government