Tender

BLC0306 - Framework for the Provision of Covert Management Systems

  • BLUELIGHT COMMERCIAL LIMITED

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

Notice identifier: 2025/S 000-082631

Procurement identifier (OCID): ocds-h6vhtk-05ee31 (view related notices)

Published 12 December 2025, 4:04pm



Scope

Reference

BLC0306

Description

BlueLight Commercial are looking to establish a national multi-supplier framework for the provision of Covert Management Systems. The Framework Agreement will be available for use by all UK Police Forces and other agencies, the participants are named in the ITT documentation.

BlueLight Commercial work in collaboration with blue light organisations to maximise commercial benefit to UK emergency services. A number of covert tactics are available to law enforcement agencies in the UK to enable them to prevent and detect crime or disorder and maintain public safety. This is a highly regulated activity, with organisations making use of undercover tactics, covert human intelligence sources and protected persons management. Law enforcement agencies require specialised systems to allow them to effectively manage any covert operations, ensuring appropriate authority is granted and a clear audit trail is available.

BlueLight Commercial are seeking Commercial-off-the Shelf (COTS) Covert Management Systems which can be hosted on-premise or within the cloud. The systems are required to support:

• Core Module - end-to-end planning, authorisation, risk management, product handling and oversight of covert operations,

• Prison Surveillance - enabling request and retrieval of material held in the prison network,

• Protected Person Management - for the management of individuals under protection e.g. witnesses, judges, jurors, officers and family members,

• Surveillance Operations Management,

• Undercover Operations Management,

• Covert Human Intelligence Source (CHIS) handling,

• Communications Authority Management,

• Technical Support Unit (TSU) Support.

This will be for a period of four (4) years.

Commercial tool

Establishes a framework

Total value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 16 March 2026 to 15 March 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 48100000 - Industry specific software package
  • 72261000 - Software support services
  • 72266000 - Software consultancy services

Contract locations

  • UK - United Kingdom
  • JE - Jersey
  • GG - Guernsey
  • IM - Isle of Man

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1.5%

Further information about fees

The fees are a percentage of the business transacted via the framework, per supplier.

Framework operation description

This framework will be awarded to multiple suppliers for use by participants listed in the ITT documentation. The procedure for Call-Off Contracts will be further competition or direct award.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The full list of contracting authorities who can use the framework can be found in the ITT documentation.


Submission

Enquiry deadline

6 January 2026, 12:30pm

Submission type

Tenders

Tender submission deadline

16 January 2026, 12:30pm

Submission address and any special instructions

Tenders must be submitted electronically via 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)

27 February 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Stage 1 - ITT Technical and Social Value Questions

Quality 50%
Price Price 30%
Software Demonstration

Stage 2 - Software Demonstrations

Quality 20%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1: PSQ, Conditions of Participants, Gateway Questions, ITT Technical and Social Value Questions. Bidders who meet the minimum score (as defined in the ITT documentation) will be taken through to Stage 2.

Stage 2: Software Demonstrations


Documents

Associated tender documents

https://sell2.in-tend.co.uk/blpd/home


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