Section one: Contracting authority
one.1) Name and addresses
Home Office
London
Contact
Paul Towers-France
HOSProcurement@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/
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
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement
Reference number
C21170
two.1.2) Main CPV code
- 75242000 - Public law and order services
two.1.3) Type of contract
Services
two.1.4) Short description
The International Strategy and Capabilities (ISC) sits in the International Directorate of the Home Office (HO). ISC delivers strategic capability development programmes overseas on behalf of the Home Office. Their remit also includes responsibility of the Department’s Official Development Assistance (ODA) budget and is the UK hub for the Home Office’s overseas network. Their work focuses on delivering long-term capability enhancement programmes that support high priority HO and broader HM Government (HMG) international security policy objectives. ISC is the Home Office’s centre of excellence in delivering such programmes overseas.
This Framework Agreement is the second agreement to be put in place by ISC to help deliver its capability programmes overseas and will seek to appoint suitably qualified and experienced organisations who can provide the following services apportioned into Lots:
- Lot 1: Turnkey Solution (encompassing all requirements in the framework scope)
- Lot 2: Thematic Experts to provide Strategic Advice across 5 sub-lots (2A - Policing; 2B - Civil Defence; 2C - Cyber Security; 2D - Strategic Intelligence and Threat Assessment, and; 2E - Borders, Migration and Asylum
- Lot 3: Programme and Project Support (provision of Project/Programme resources/services UK and Overseas)
- Lot 4: Operational Support for deployed resources across 5 sub-lots (4A - Accommodation overseas; 4B - Vehicle Hire overseas; 4C - Secure Transport overseas; 4D - Personal and Site Security, and; 4E - Duty of Care Items)
Interested parties will be required to complete a non-disclosure agreement before accessing the procurement documents. See Section VI.3 (additional information) for further details.
two.1.5) Estimated total value
Value excluding VAT: £92,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Turnkey Solution
Lot No
1
two.2.2) Additional CPV code(s)
- 34120000 - Motor vehicles for the transport of 10 or more persons
- 55250000 - Letting services of short-stay furnished accommodation
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 72222300 - Information technology services
- 72224000 - Project management consultancy services
- 75222000 - Civil defence services
- 75240000 - Public security, law and order services
- 75241100 - Police services
- 79421000 - Project-management services other than for construction work
- 79710000 - Security services
- 98341000 - Accommodation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Global
two.2.4) Description of the procurement
This lot will cover all requirements across Lots 2-4. Interested parties are expected to be able to deliver all the requirements.
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: £92,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Provided in the procurement documents
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) Description
two.2.1) Title
Thematic Expertise
Lot No
2 (A-E)
two.2.2) Additional CPV code(s)
- 75241100 - Police services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Global
two.2.4) Description of the procurement
To provide thematic experts for strategic advice in the following areas (Sub-Lots):
2A - Policing
2B - Civil Defence
2C - Cyber Security
2D - Strategic Intelligence and Threat Assessment
2E - Borders , Migration and Asylum
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: £92,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
The maximum number of candidates to be invited to tender is applicable per Sub-Lot. Objective criteria for choosing this limit is provided in the procurement documents.
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) Description
two.2.1) Title
Programme and Project Support
Lot No
3
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 79421000 - Project-management services other than for construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Global
two.2.4) Description of the procurement
Provision of Programme and Project Support resources and services to support delivery of overseas programmes. Majority of work is UK based with overseas placements (usually short-term)
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: £92,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing this limit is provided in the procurement documents.
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) Description
two.2.1) Title
Operational Support
Lot No
4 (A-E)
two.2.2) Additional CPV code(s)
- 32250000 - Mobile telephones
- 32412110 - Internet network
- 55250000 - Letting services of short-stay furnished accommodation
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 79710000 - Security services
- 79993100 - Facilities management services
- 98341000 - Accommodation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Global
two.2.4) Description of the procurement
Provision of Operational Support Services to deployed personnel overseas. Services required are defined across the following sub-lots:
4A - Accommodation Overseas
4B - Vehicle Hire Overseas
4C - Secure Transport Overseas
4D - Personal and Site Security Overseas
4E - Duty of Care Items Overseas (i.e. mobile phones, sim cards, internet etc.)
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: £92,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
The maximum number of candidates to be invited to tender is applicable per Sub-Lot. Objective criteria for choosing this limit is provided in the procurement documents.
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 175
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
6 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 January 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Under regulations 53(4) and 21(3), the authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free,
direct access to the full procurement documents in order to protect the confidential nature the requirements.
This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate
in this procurement, participants must first be registered on the eSourcing Portal. 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. Once you have registered on the eSourcing Portal, ppq_190 Titled: ‘C21170 - ISC Specialist Support & Resource Framework - Non Disclosure Agreement ’ will become visible to you in the PQQ section. You will be required to complete the non-disclosure agreement and returning using the messaging function as an attachment, within the PQQ on the eSourcing portal before gaining access to the selection questionnaire and procurement documents.
For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at
customersupport@jaggaer.com or 0800 069 8630 (08.00-18.00).
The closing date for completed selection questionnaire submissions will be 6th December 2021 at 12.00 Midday
GMT. Non-disclosure agreements should be completed as early as possible to allow sufficient time to complete the selection questionnaire which is the responsibility of interested parties.
In light of the situation with Covid-19 we reserve the right to delay or adjust our timetables or such other aspects
of the procurement as we consider appropriate. We will therefore keep the situation under constant review and
will notify all bidders of any changes as and when these are required.
The authority is not responsible for any bidding costs incurred by potential suppliers 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.
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom