Scope
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 (up to 8 years).
Justification for not publishing a preliminary market engagement notice
The Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender
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)
- 13 October 2025 to 13 October 2029
- Possible extension to 13 October 2033
- 8 years, 1 day
Description of possible extension:
The initial Framework 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
Goods
CPV classifications
- 48100000 - Industry specific software package
- 66162000 - Custody services
- 72200000 - Software programming and consultancy services
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
2%
Further information about fees
The fees are a percentage of the supplier's commission.
Framework operation description
The framework will be awarded to one supplier for use by parties named in this notice. The procedure for the call-off contracts will be direct award.
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 and His Majesty's Revenue and Customs, Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Department for Work and Pensions , College of Policing, Border Force, Independent Office for Police Conduct, Organisations under the Crime and Courts Act 2013.
Submission
Enquiry deadline
25 June 2025, 6:00pm
Submission type
Requests to participate
Deadline for requests to participate
2 July 2025, 6:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 September 2025
Award criteria
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 below.
Quality and Technical-50%
Price-40%
Social Value-10%
Stage 3: Demonstrations: The highest scoring supplier will be invited to demonstrate their solution and must be able to verify the information provided at Stage 2. If the highest...
Other information
Payment terms
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-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-Tender Stage
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 -Demonstration Stage
The highest scoring bidder will be invited to demonstrate their solution. If the bidder is unable to verify the information submitted in their ITT submission the next ranking bidder will be invited to demonstrate their solution.
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