Tender

Core Services Integrator (CSI)

  • Home Office

F02: Contract notice

Notice identifier: 2025/S 000-000062

Procurement identifier (OCID): ocds-h6vhtk-04cd4e

Published 3 January 2025, 9:59am



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Email

Samra-Boone.Kamaldeep@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/home-office

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://homeoffice.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://homeoffice.app.jaggaer.com

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Core Services Integrator (CSI)

two.1.2) Main CPV code

  • 79411100 - Business development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This Contract Notice outlines the Home Office's intent to competitively assess, select and award a contract to deliver the Core Services Integrator requirement.

The Home Office has international objectives to reduce threat upstream, protect citizens at home and abroad, and secure the borders. These cross-cutting objectives include Counter Terrorism, Serious and Organised Crime, child sexual exploitation, cybercrime, illegal and organised migration and border-security.

The International Strategy and Capabilities (ISC) Unit focuses on long-term multi-year transformational projects that build close working relationships with other Governments and deliver lasting, sustainable effect overseas. This includes Government to Government (G2G) agreements delivering specialist capacity programmes and advisory services to progressively develop security capabilities in line with international human rights agreements.

The International Strategy and Capabilities (ISC) Unit sets the Home Office International Strategic Objectives and desired outcomes which are issued to a combination of managed service providers, training suppliers, delivery partners, and consultancies.

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

The duration of the contract will be up to 24 months from the date of contract, with an option for a 12-month extension.

More details of the Core Services Integrator requirement are provided in the Supplier Qualification Pack on the Core Services Integrator Opportunity Listing on the Jaggaer Portal.

The competitive procurement will be managed in accordance with the Negotiated Procedure with prior publication under DSPCR 2011.

The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses.

This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in the Supplier Qualification stage of this procurement, participants must first be registered on the eSourcing Portal and sign the Non-Disclosure Agreement (NDA). To participate in the ITN stage of this procurement a subsequent NDA must be signed.

If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and, the Home Office will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

two.1.5) Estimated total value

Value excluding VAT: £9,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Up to five, but at least three of the highest scoring compliant suppliers at the Supplier Qualification stage will be taken through to the Invitation to Negotiate (ITN) phase of the competition. The full requirement will be issued in the ITN and suppliers will be given appropriate time to respond with their initial tenders.

The Home Office will complete a tender evaluation against the evaluation strategy detailed in the ITN. Following the evaluation of initial tenders, each tender will be ranked in accordance with the evaluation methodology.

A final evaluation will be undertaken by the Home Office and the contract awarded against the evaluation methodology. The Home Office intends to utilise a (Best and Final Offer) BAFO methodology to award the contract.

The Home Office reserves the right to award the contract based on initial tenders without negotiation to the tenderer who submits the best compliant tender in accordance with the published award criteria.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will run for an initial period of 2 years, with an option to extend by 1 extension period of 1 year

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per tender documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per tender documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

3 February 2025

Local time

4:00pm

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Secretary of State for the Home Department (The Home Office)

London

Country

United Kingdom