Opportunity

HO UKVI - Migration Business Endorsing Body Services

  • Home Office

F02: Contract notice

Notice reference: 2022/S 000-007946

Published 24 March 2022, 8:56am



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Contact

MBEB Procurement Team

Email

MBEBProcurementTeam@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

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

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

HO UKVI - Migration Business Endorsing Body Services

two.1.2) Main CPV code

  • 72221000 - Business analysis consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Home Office is seeking to improve immigration arrangements for entrepreneurial talent from overseas, including further reform of existing visa routes. The service requires Endorsing Bodies to assess the credibility and potential of business and investment proposals and to oversee the successful implementation and delivery of businesses subsequently set up in United Kingdom.

two.1.5) Estimated total value

Value excluding VAT: £9,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79412000 - Financial management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority has customers (Visa Applicants) in the UK who include but are not limited to:

• those seeking to extend permissions to work or study in the UK;

• those seeking to extend permissions to stay or settle with family;

• those seeking to evidence their rights as European Economic Area nationals and family members; and

• those progressing from earlier immigration permissions to British nationality.

The UK Visa & Immigration (UKV&I) service is responsible for making millions of decisions every year about who has the right to visit or stay in the country, with a firm emphasis on national security and a culture of customer satisfaction for people who come here legally.

The business endorsement function services the current UK unsponsored business visa programmes covering a number of business/investment routes. To qualify for a visa, applicants must first obtain an endorsement from an approved endorsing body. Endorsement does not guarantee a visa will be issued, but shows the Visa Applicant and their business, has the support of leading business organisations or higher education providers.

The Authority may expand the scope of the migration business Endorsing Body services to accommodate future policy decisions in relation to other visa routes to include, but not be limited, to development of the immigration system's offer for business and innovation-focused visa routes.

The key service requirements are for endorsing bodies to:

• Assess and issue endorsements for visa applicants (Customers);

• Stay in contact with the Customer, where the Customer has previously been endorsed, at checkpoints after 12 and 24 months, and report on their progress, and in particular alerting the Authority if they are not satisfied with their progress and performance for the duration of their endorsed leave;

• Carry out further endorsements and Checkpoint Monitoring where a Visa Applicant applies for a visa extension;

• Issue further endorsements in respect of a Customer's settlement application.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £9,500,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Up to an additional three (3) years.

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

two.2.14) Additional information

The Authority is not responsible for any bidding costs incurred by Participants, in respect of this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of the requirements and accept or reject any tender.


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

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025533

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

Date

28 April 2022

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

10 May 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Requests to participate, in response to this Contract Notice, must be submitted electronically to: MBEBProcurementTeam@homeoffice.gov.uk.

Procurement documents are available for potential suppliers and interested parties, registering their details and subject to the signing of a Non-Disclosure Agreement (NDA), to receive unrestricted and full direct access, free of charge at: https://homeoffice.app.jaggaer.com/web/login.html.

Further information about this procurement can be obtained via: https://homeoffice.app.jaggaer.com/web/login.html.

Tenders must be submitted via: https://homeoffice.app.jaggaer.com/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, for potential suppliers and interested parties, registering their details and subject to the signing of a Non-Disclosure Agreement at: https://homeoffice.app.jaggaer.com/web/login.html

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit