← Back to opportunities

BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework

BLUELIGHT COMMERCIAL LIMITED

Buyer Contact Info

Buyer Name: BLUELIGHT COMMERCIAL LIMITED

Buyer Address: Lower Ground 5-8 The Sanctuary, London, UKI32, SW1P 3JS, United Kingdom

Contact Email: e-procurement@bluelight.police.uk

Status
active
Procedure
selective
Value
40000000.0 GBP
Gross: 48000000 GBP
Published
28 May 2025, 13:49
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
48100000 - Industry specific software package
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/028154-2025

Link Description: Tender notice on Find a Tender

Lots

Lot LOT-0001 Status: active

Lot LOT-0001 Value: AED 40,000,000

Lot LOT-0001 Value (Gross): AED 48,000,000

Lot LOT-0001 Contract Start: 2025-10-13T00:00:00+00:00

Lot LOT-0001 Contract End: 2029-10-12T23:59:59+00:00

Lot LOT-0001 Award Criterion (price): Simple description

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-12517649",
    "name": "BLUELIGHT COMMERCIAL LIMITED"
  },
  "date": "2025-05-28T14:49:40+01:00",
  "id": "028154-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-052812",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 3JS",
        "region": "UKI32",
        "streetAddress": "Lower Ground 5-8 The Sanctuary"
      },
      "contactPoint": {
        "email": "e-procurement@bluelight.police.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.bluelightcommercial.police.uk/"
      },
      "id": "GB-COH-12517649",
      "identifier": {
        "id": "12517649",
        "scheme": "GB-COH"
      },
      "name": "BLUELIGHT COMMERCIAL LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-09-29T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "Detailed in the Framework Terms and Conditions"
    },
    "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. \nUK 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.\nThis 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.\nThe supplier must be able to store and manage a wide range of Cryptocurrency and also enable the purchase of a variety of crypto assets.\nThe 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.\nThe successful framework supplier  will be paid on a commission-only model based on the asset value at the time of realisation.\nNote 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 \u00a3800,000 and \u00a340,000,000 (ex VAT) and includes all extensions (up to 8 years).\nJustification for not publishing a preliminary market engagement notice\nThe Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender",
    "documents": [
      {
        "accessDetails": "https://sell2.in-tend.co.uk/blpd/home",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-05-28T14:49:40+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "028154-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/028154-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-06-25T17:00:00+00:00"
    },
    "expressionOfInterestDeadline": "2025-07-02T17:00:00+00:00",
    "id": "ocds-h6vhtk-052812",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Industry specific software package",
            "id": "48100000",
            "scheme": "CPV"
          },
          {
            "description": "Custody services",
            "id": "66162000",
            "scheme": "CPV"
          },
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0001",
        "relatedLot": "LOT-0001"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "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. \nStage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below.\nQuality and Technical-50% \t\nPrice-40% \t\nSocial Value-10% \t\nStage 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 scoring supplier is unable to verify  their submission information the next ranking supplier will be invited to demonstrate their solution.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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. \nStage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below.\nQuality and Technical-50% \t\nPrice-40% \t\nSocial Value-10% \t\nStage 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 scoring supplier is unable to verify  their submission information the next ranking supplier will be invited to demonstrate their solution."
        },
        "contractPeriod": {
          "endDate": "2029-10-12T23:59:59+00:00",
          "maxExtentDate": "2033-10-12T23:59:59+00:00",
          "startDate": "2025-10-13T00:00:00+00:00"
        },
        "hasRenewal": true,
        "id": "LOT-0001",
        "renewal": {
          "description": "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."
        },
        "status": "active",
        "value": {
          "amount": 40000000,
          "amountGross": 48000000,
          "currency": "AED"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "participationFees": [
      {
        "description": "The fees are a percentage of the supplier\u0027s commission.",
        "id": "ocds-h6vhtk-052812",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.02
        },
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "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.\nStage 2-Tender Stage\nThe Tender Stage consists of the following:\nQuality-bidders must respond to the technical questions.\nPrice-bidders must complete the pricing schedule based on the pricing scenario.\nSocial Value-bidders must respond to the social value questions providing information relevant to how these will be addressed over the lifetime of the Framework.\nStage 3 -Demonstration Stage \nThe 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "The risks have been identified in the Framework Terms and Conditions",
    "status": "active",
    "submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "Chief Constables and/or Police and Crime Commissioners and/or the Police Authorities for their respective rights and interests.\nPolice, Fire and Crime Commissioners, Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and /or fire within a combined authority \nMinistry 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\u2019s 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.",
        "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.",
        "maximumParticipants": 1,
        "method": "withoutReopeningCompetition",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework",
    "value": {
      "amount": 40000000,
      "amountGross": 48000000,
      "currency": "GBP"
    }
  }
}