Tender

NPCC Cybercrime Programme: Cybersecurity training

  • The Mayor and Commonalty and Citizens of the City of London

F02: Contract notice

Notice identifier: 2022/S 000-031571

Procurement identifier (OCID): ocds-h6vhtk-038012

Published 8 November 2022, 2:44pm



Section one: Contracting authority

one.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London

Guildhall PO Box 270

London

EC2P 2EJ

Email

Loredana.Sandu@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.cityoflondon.gov.uk

Buyer's address

https://www.capitalesourcing.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.capitalesourcing.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NPCC Cybercrime Programme: Cybersecurity training

Reference number

prj_COL_20378

two.1.2) Main CPV code

  • 80500000 - Training services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (the "City") is looking to contract for a NPCC Cybercrime Programme - Cybersecurity training provider.

The duration of the contract will be for 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 further months.

two.1.5) Estimated total value

Value excluding VAT: £1,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45214800 - Training facilities building
  • 79632000 - Personnel-training services
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80531200 - Technical training services
  • 80533100 - Computer training services
  • 80533200 - Computer courses

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The City of London Corporation (the "City") is looking to contract for a NPCC Cybercrime Programme - Cybersecurity training provider.

The Cybercrime Programme was established by the National Police Chiefs’ Council (NPCC) in 2017 to establish cybercrime units in every police force in England and Wales. The aim of the initiative is to deliver specialist cybercrime capability in each police force with a focus on victim support, an effective investigation response and targeted prevention.

The NPCC Cybercrime Programme has had to ensure that the force and Regional Organised Crime Units throughout the UK are equipped to deal with the ongoing threat of Cybercrime including new and emerging cybercrime threats. The NPCC Cybercrime Programme needs to deliver cybersecurity training to staff across all police forces and Regional Organised Crime Units (ROCU) in England and Wales along with Police Scotland, Police Service of Northern Ireland, British Transport Police as well as partner agencies such as the National Crime Agency (NCA), Home Office and Crown Prosecution Service (CPS).

The duration of the contract will be for 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 further months.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The duration of the contract will be for 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 further months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 December 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 December 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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 section II.1.5) of this notice and is exclusive of VAT and for the entire duration, including all the optional extensions, together with all potential future needs 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_20378 or itt_COL_15763.

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.

This requirement is being procured in accordance with the Light Touch Regime under the Public Contracts Regulations 2015.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom