Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
BFProcurementMaritimeTeam@homeoffice.gov.uk
Country
United Kingdom
Region 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.3) Communication
Additional information can be obtained from 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
Open Source Intelligence (OSINT)
Reference number
Project 19419
two.1.2) Main CPV code
- 79714000 - Surveillance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Home Office intends to procure various specialist intelligence services, which deliver open-source intelligence (OSINT), social media analysis, geospatial analysis of data and other capabilities. The requirements are of a particularly sensitive nature and must ensure that any future capabilities are flexible, scalable and aligned with an evolving digital landscape and emerging threats to Border Security. Due to the sensitivities associated with the scope of OSINT requirements, details will only be released during the Market Engagement Event (date TBC) to those suppliers onboarded onto the Constellia Ltd Neutral Vendor Framework for Innovation (NVFi), further details below along with onboarding process. Whilst this framework requires ALL suppliers to be capable of handling Official Sensitive information there may still be a requirement for each supplier to enter into a Non-Disclosure Agreement (NDA) with Constellia prior to any Market Engagement Event.
two.1.5) Estimated total value
Value excluding VAT: £33,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Constellia facilitates the Neutral Vendor Framework for Innovation (NVFi) by the UK’s Ministry of Defence (MOD) to compliantly and transparently increase speed and value for money in digital and innovation procurement as part of the MOD’s procurement reform. NVFi is an innovative commercial vehicle developed by Commercial X and the Defence Innovation Unit to accelerate the delivery of novel technological goods and services across government.
The NVFi is a Marketplace of pre-accredited Technology Providers which the MOD and pan-government participators can access via Constellia to drive innovation at pace and scale.
You can find further general information about the framework here:
The registration process involves creating a supplier profile on the Marketplace platform and completing several registration sections.
To register: Sign In | NVFI Framework (nvfi-framework.com) http://www.nvfi-framework.com/
Please select ‘Create a Supplier account’ to begin.
The NVFI Registration Sections are as follows:
Organisation details
Immediate Parent Company
Contact details & declaration
Ultimate Parent Company
Person of significant control
Mandatory & Discretionary questions
Modern Slavery
Insurances (self-certification & Documents)
Health & Safety
Cyber security
Social Value
Quality Management
Skills & Apprenticeships
Bank details & Proof of bank account
Supplier Agreement & MOD Addendum (sent via DocuSign)
Please note, when you register to onboard, you will be sent the Constellia Supplier Agreement terms and conditions and the MOD addendum via an email from DocuSign (combined as one envelope). This will be sent to the email address that is used to create new log in details and set up the supplier profile on the platform.
We cannot accept amendments to either document, please sign and submit these at your earliest convenience. The signature of both documents is a non-negotiable requirement for all suppliers to register successfully. When you are awarded a contract, a project specific Statement of Work will be created which will address additional clauses for delivery, if applicable.
Overall, the supplier registration process is quite self-explanatory and designed to be self-service, but should you need further assistance or have immediate questions, please contact the NVFi Support inbox in the first instance nvfi-support@constellia.com.
The potential length of this contract will be 2 years with a further 12 month optional extension period, with an estimated total value of up to c£33 million if the contract is utilised for 3 years, however, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change.
The content of this PIN, may be subject to change.
We would also state that publication of this PIN does not guarantee launch of a formal procurement exercise.
two.3) Estimated date of publication of contract notice
28 November 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
The Authority would like to engage with suppliers, to determine the level of interest, capacity and capability to meet the requirements.
They would also like to establish the most cost effective way to deliver the requirements, including any alternative or creative solutions.
To do this, they would like to engage with the market by inviting interested suppliers to a market engagement event, where the Authority will present their requirements. This may be followed by further market engagement which is yet to be determined, but would likely take the form of a questionnaire to seek the views from the market. The Authority may also hold individual meetings with a select number of suppliers where the Authority would like to explore their responses in more detail. Due to time constraints the Authority may not be able to meet with all suppliers that respond to the questionnaire, if this option is taken.
This market engagement and any subsequent activity is for information gathering purposes only, and has no impact on selection or the invitation to tender stage.
It is important to note that this PIN is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a notice is published.
It should also be noted that this PIN invites individuals and organisations to express an interest in this market engagement exercise only. It is not a pre-qualification questionnaire and is not part of any pre-qualification or selection process.
1. To express an interest in this market engagement, participants are requested to send an expression of interest to the Border Force Maritime procurement inbox BFProcurementMaritimeTeam@homeoffice.gov.uk by 18th August 2025. The subject title of the email should read Open-Source Intelligence (OSINT) - Expression of Interest, and the email should confirm your organisation's name, one contact name, one e-mail address and one telephone number
2. The interested parties, who believe they are able to offer the required services, are then requested to onboard onto the Constellia Neutral Vendor Framework for Innovation (NVFi) by 25th August 2025, as detailed previously, noting that this framework operates a 'perpetual onboarding' facility, allowing suppliers of all sizes to join at any time.
Once the above two steps are completed, invitations to the Market Engagement Event will be made available via Constellia, subject to confirmation on the need for a NDA.
The date for the Virtual Supplier Engagement Event is yet to be confirmed but is anticipated early September 2025, but this is subject to change.
The Authority has determined that the Constellia Neutral Vendor Framework for Innovation (NVFi) is the most appropriate route to market , so any potential bidders will need to be registered on this Framework when the Authority commences their tendering process.