Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Mitchell.Walker@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
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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: Darkweb Intelligence Tool SaaS - FTS
Reference number
prj_COL_23060 or itt_COL_17764
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of London Police is looking to undertake a tender as part of the NPCC Cybercrime Programme: Darkweb Intelligence Tool SaaS.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 48441000 - Financial analysis software package
- 48461000 - Analytical or scientific software package
- 48482000 - Business intelligence software package
- 72212100 - Industry specific software development services
- 72212217 - Transaction-processing software development services
- 72212461 - Analytical or scientific software development services
- 72212463 - Statistical software development services
- 72212482 - Business intelligence software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The City of London Police is looking to conduct a tender as part of the NPCC Cybercrime Programme for a Darkweb Intelligence Tool 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.
The City of London Police (COLP) is the police force that hosts the NPCC Cybercrime Programme.
The NPCC Cybercrime Programme is the national strategic lead in policing for Cybercrime, led by Commissioner Angela McLaren of City of London Police.
The Cybercrime Programme has led in this area since 2018 and has delivered significant strategic and operational goals. In many areas, the Cybercrime Programme has delivered world leading initiatives and our approach over previous years has resulted in significant operational success, both in terms of successful criminal convictions, but also our ability to disrupt and tackle sophisticated, financially motivated cyber criminals.
The Darkweb Intelligence tool will provide an increased level of investigative capability across the wider network by providing Darkweb investigators with current data collections (eg: web scraped) from open, deep and Darkweb sources (including other sources such as leaked forums).
Provide a user friendly web based interface for the management of cases, and to access and utilise all investigative features, such as searching, tagging, reporting. This includes advanced features that enable a granular focus the data (such as timeline filtering) or the real-time monitoring of specific artefacts / keywords.
The initial duration of the contract is 1 year, subject to the right of the City (at its sole discretion) to exercise its right to extend the term of the contract for up to two additional periods of one year in line with the published Terms and Conditions and subject to funding. Therefore, the total potential duration of the contract, including extensions, is 3 years. The City reserves the right to vary the term of the contract further in line with the published Terms and Conditions.
The City of London Police will require bidders to complete a Non-Disclosure Agreement before releasing confidential information relating to the tender.
Provide direct interoperability with existing blockchain intelligence tools.
Please note that the contract value is up to £500,000 per annum in line with the published Tender Documents and the published Terms & Conditions.
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: £1,500,000
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please note that the contract value is up to £500,000 per annum and the value advertised is the total potential value for both the initial term and any subsequent terms , in line with the published Tender Documents and the published Terms & Conditions.
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
8 January 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 January 2024
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 initial contract duration, including all 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_23060 or itt_COL_17764.
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.
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