Tender

https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-

  • Home Office

F02: Contract notice

Notice identifier: 2024/S 000-031784

Procurement identifier (OCID): ocds-h6vhtk-04a5a2

Published 3 October 2024, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

London

Email

George.Jones3@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://crowncommercialservice.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk/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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-

two.1.2) Main CPV code

  • 72227000 - Software integration consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Within DDaT the Migration and Borders Technology Portfolio (MBTP) encompasses all technology delivery and support for Migration, Asylum, and Border control. This includes the delivery of major technology programmes including Immigration Platform Technology (IPT), Future Borders and Immigration System (FBIS) and the New Plan for Immigration (NPI). MBTP is organised in a product-centric way, with business requirements met where possible by leveraging a set of strategic technology products. These products are organised across sets of related ‘product families, with the Crossing the Border product family being one of these. Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72226000 - System software acceptance testing consultancy services
  • 72232000 - Development of transaction processing and custom software
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72265000 - Software configuration services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.

The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The system is critical national infrastructure, incorporating official and secret data sets and related processes.

Outlined is the Home Office Migration and Borders Technology Portfolio (MBTP) requirement, for an experienced Digital Supplier that can provide Transition and Transformation Leadership for the development, management, and improvements to a range of Digital Outcomes within the Future Borders and Immigration (FBIS) roadmap. Working collaboratively with the Home Office to deliver our vision for FBIS. Transition and Transformation Leadership for FBIS Digital, Data and Technology (“DDaT”) directorate provide programme delivery, management, governance, and assurance across digital delivery in the FBIS DDaT programme. This document sets out the requirements for a Supplier to deliver the Transition and Transformation Leadership services for a minimum of 3 years from the start of the Contract with a possible 2-year extension options under Technology Services 3 Framework Agreement. It has been split into core requirements specific to the FBIS DDaT Outcomes within MBTP and general requirements which apply to all product families across DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required.

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

36

This contract is subject to renewal

Yes

Description of renewals

Extension provision for an additional 1 + 1 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

Estimated value of contract is £20-25 million


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 a single operator

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

31 October 2024

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

English

four.2.7) Conditions for opening of tenders

Date

14 November 2024

Local time

5:00pm


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

Cabinet Office

London

Country

United Kingdom