By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Action and Know Fraud System and Associated Services.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Mayor and Commonalty and Citizens of the City of London in their capacity as Police Authority for the City of London
City of London Police 37 Wood Street
For the attention of: Mr Andrew Klein
EC2P 2NQ London
UNITED KINGDOM
Telephone: +44 2073323057
E-mail:

Internet address(es):

General address of the contracting authority: http://www.cityoflondon.police.uk/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Public order and safety
Economic and financial affairs
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Action and Know Fraud System and Associated Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKI1

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Mayor and Commonalty and Citizens of the City of London in their capacity as Police Authority for the City of London (CoLP) are seeking to procure a new solution for fraud, cyber reporting and law enforcement response.
National Fraud Intelligence Bureau (NFIB) is placed within the Economic Crime Directorate (ECD) of the CoLP, and is a key component in the development of an integrated fraud intelligence landscape across United Kingdom Law Enforcement (UKLE).
NFIB co-ordinates Fraud investigations across multiple Law Enforcement Agencies (LEAs) and provides strategic intelligence to its stakeholders across both the public and private sectors.
The Disruption team at the NFIB works in partnership with service providers and regulators, providing them with entity level data of services abused by criminals to cause harm, preventing further loss through service termination, informing risk management for such organisations and informing regulatory requirements and strategies. The NFIB also welcomes reciprocal requests from external bodies (LEAs, Regulators and Industry).
These capabilities are enabled through the ‘Know Fraud’ service, which comprises a suite of IT capabilities. The initial capture of fraud reports from fraud victims is currently administered through a separate outsourced customer contact service, known as ‘Action Fraud’.
The NFIB is currently undertaking a transformation programme to enhance the services it offers;
to enhance the efficiency, quality and consistency with which it provides those services; and ultimately to deliver the NFIB's strategic goal of becoming ‘a world-leading fraud intelligence service’.
The procurement will seek a revised commercial and service model, taking advantage of both
technology and functional advances to provide a reliable and robust service, capable of being cost
effectively scaled to meet the evolving needs of this service. NFIB and CoLP will manage the future contract in conjunction with IS Division of the City of London Corporation to maintain a robust technical intelligent client function that supervises all aspects of contract performance.
II.1.5)Common procurement vocabulary (CPV)

48000000, 48510000, 48517000, 72000000, 72210000, 72212500, 72212517

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 35 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Technical. Weighting 65
2. Cost. Weighting 35
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Notice number in the OJEU: 2014/S 91-159649 of 13.5.2014

Notice number in the OJEU: 2014/S 134-240940 of 16.7.2014

Section V: Award of contract

Contract No: PO0003/387/CT Lot No: 1 - Lot title: Action and Know Fraud System and Associated Services
V.1)Date of contract award decision:
18.8.2015
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

IBM United Kingdom Limited
P.O. Box 41, North Harbour
PO6 3AU Portsmouth
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 25 000 000 GBP
Excluding VAT
Total final value of the contract:
Value: 33 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Proportion: 40 %
Short description of the value/proportion of the contract to be sub-contracted: The ‘Action Fraud’ element which comprises the initial capture of fraud reports from fraud victims and is carried out through the call center element will be sub-contracted.

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

The High Court of Justice of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.justice.gov.uk/courts

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority has incorporated a standstill period at the point that information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which lasted for the regulated 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
18.9.2015

Other interesting websites