Opportunity

International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement

  • Home Office

F02: Contract notice

Notice reference: 2021/S 000-027753

Published 4 November 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

London

Contact

Paul Towers-France

Email

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