Tender

The Provision of a private sector partner for the Accelerated Capability Environment

  • Home Office

F02: Contract notice

Notice identifier: 2022/S 000-005352

Procurement identifier (OCID): ocds-h6vhtk-031b84

Published 25 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Contact

John Hampshire

Email

John.Hampshire@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://homeoffice.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of a private sector partner for the Accelerated Capability Environment

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Following the outcome of the Home Office ACE Directors’ review concluded in November 2021, the ambition is to continue ACE’s low-cost public, private, not-for-profit and academic sector partnerships, centred on collaborative innovation which bring the best practical ideas to the fore that can be understood, evaluated and proven and afterwards taken forward to quickly realise front-line mission impact.

The Private Sector Partner (PSP) requirement is for a supplier to work closely with the Authority, on the client side, to act as a flexible commissioning and delivery partner with responsibility for the dynamic ecosystem and collaboration platform (physical and virtual), to deliver commissioned ACE customer requirements (challenges or problem statements) and jointly protect HMG interests.

Please follow the above link and register for an account on the Jaggaer portal. Following registration, please email the key contact for this procurement: John.Hampshire@homeoffice.gov.uk

and request access to the Non-Disclosure Agreement on Jaggaer. Following successful submission of the Non-Disclosure Agreement, an invitation to the full SQ Document suite (including the “Data Room”) will be provided.

In your email requesting access, please provide:

• Name of Contact;

• Name of Organisation;

• Outline description of the organisation;

• Details of the organisation’s website providing further information about their activities;

• Contact’s email address; and

• Contact’s telephone number.

Registration for expressions of interest will close at 1200hrs, Friday 4 March 2022.

The procedure for this procurement will be Competitive Procedure with Negotiation (CPN). The initial term for the awarded contract shall be two years, with an optional one-year renewal.

Please note, to participate in this procurement exercise, Bidder(s) would be required to register on the Authority’s e-Sourcing portal as part of their expression of interest. Registration can be found at; https://homeoffice.app.jaggaer.com/web/login.html.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 75000000 - Administration, defence and social security services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ACE has been set up by the Home Office to help the public sector to explore and find innovative solutions to mission-oriented problem statements through managed collaboration with an open but managed ‘ecosystem’ of providers. These providers are drawn from the private sector, academia and third sector. This PIN is not for the opportunity to join the ecosystem as a provider.

Potential providers interested in joining ACE’s ecosystem today are encouraged to visit www.vivace.tech to understand more and make contact by registering their interest. A member of the team will get in touch and explain the next steps.

A key part of the PSP’s services will be to engage the ecosystem of potential suppliers to explore and develop potential solutions to problem statements developed by users of ACE, though projects (known as ‘commissions’). The PSP will also be expected to keep the membership of the provider ecosystem under review so that it can always collectively supply the breadth and depth of contemporary products, services and know-how which will provide competitive, cost-effective, timely and innovate insights and solutions to these commissions.

Users (or ‘customers’) of ACE are from, but not limited to, the public sector. The PSP will be expected to manage the overall delivery of these customers’ commissions, fulfilled by combined provider teams drawn from the ecosystem, assuring this delivery to the satisfaction of ACE and its customers, noting the ecosystem providers are expected to be responsible for the supply of the subject matter of the commissioned work (e.g. products, know-how and services).

The PSP will further be expected to act as a neutral party, when engaging with the ecosystem, enabling ACE’s customers to access a wide variety of providers to explore and develop potential solutions for their problem statements. Once selected, to protect this neutrality, it is expected that the organisation which establishes the PSP will not be permitted to participate in the provider ecosystem.

To carry out these delivery management and assurance activities, the PSP will be expected to bring together a multidisciplinary team covering, but not limited to, the disciplines of project management, delivery assurance, supply chain relationship management and delivery quality assurance.

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

Start date

16 September 2022

End date

28 October 2025

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


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

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

4 March 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority will be using a Portal and all communications will be made through the Portal: https://homeoffice.app.jaggaer.com/web/login.html

six.4) Procedures for review

six.4.1) Review body

Home Office

2 Marsham Street

London

SW1P 4DF

Country

United Kingdom