Scope
Reference
719
Description
The Government is committed to tackling the terrible crime of modern slavery. The Modern Slavery Act (MSA) 2015 provides the legal framework for tackling modern slavery in the UK, it gives law enforcement agencies the tools to combat it and sets out our obligations to ensure victims are proactively identified and supported. Since the introduction of the MSA, the first legislation of its kind in the world, successive governments have continued to commit to tackling this crime. The National Referral Mechanism (NRM), a system for identifying and supporting potential victims of modern slavery towards independence, is also an integral part of the Government's approach to supporting victims to recover and reduce risks of re-trafficking.
Modern Slavery encompasses slavery, servitude, forced and compulsory labour and human trafficking. Modern Slavery is often 'hidden in plain sight'.
Traffickers and exploiters coerce, deceive and force individuals against their will into a life of abuse, servitude, and inhumane treatment. The exploitation can cause severe trauma and can leave victims with complex needs. In human trafficking cases, exploitation can take many forms, including sexual exploitation, forced labour, slavery, servitude, forced criminality and removal of organs.
The Independent Child Trafficking Guardianship (ICTG) Service has been running since 2017, initially in three sites, and now operating in two thirds of Local Authorities (LAs) in England and Wales. Through this Contract, the ICTG Service shall be expanded to cover all LAs in England & Wales.
Delivering the ICTG service is one way that the UK meets its domestic and legal obligations to Child Victims of Modern Slavery (CVoMS), alongside the statutory obligations on LAs to safeguard all children (including CVoMS) in their areas.
ICTGs provide an additional source of advice and support for potentially trafficked children, irrespective of nationality or immigration status, and somebody to advocate on their behalf to ensure their best interests are reflected in the decision-making of the Public Authorities involved in their care.
An ICTG's advocacy and involvement throughout the decision-making process is intended to ensure the Child is protected from further harm, prevent possible repeat victimisation, re-trafficking or going missing, and promote the Child's recovery.
The ICTG Service model provides one-to-one Direct Support for Children with no parental responsibility for them in the UK and Indirect Support for Children where there is someone with parental responsibility for them in the UK. In exceptional circumstances, Children with a Figure of Parental Responsibility (FOPR) for them in the UK can receive Direct Support.
Referrals into the ICTG Service are made by First Responders (FR) or First Responder Organisations (FRO).
The ICTG Service supports Children from the moment they enter the NRM process, providing independent, specialist guidance. If Children receive a Negative Reasonable Grounds Decision or Negative Conclusive Grounds Decision, Support will end, subject to the Reconsideration Requests process and Exit Criteria detailed in this Contract.
More information on the ICTG Service can be found in the Data Room, in the Jaggaer Portal following registration.
Total value (estimated)
- £40,000,000 excluding VAT
- £48,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 20 May 2026 to 20 May 2030
- Possible extension to 20 May 2032
- 6 years, 1 day
Description of possible extension:
Two separate 12-month optional extensions, conditional upon adequate performance of KPIs and at the discretion of the Authority.
Main procurement category
Services
CPV classifications
- 85310000 - Social work services
- 85311300 - Welfare services for children and young people
- 85312310 - Guidance services
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
- 85312400 - Welfare services not delivered through residential institutions
Contract locations
- UKL - Wales
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Justification for not using lots
For geographical lots, no volumes could be guaranteed for specific areas. Any individual contracts for these lots had the risk of not being commercially viable.
Service type lots were not feasible due to triage needing to have first taken place before individual service user needs could be ascertained. This would have heightened the risk of cases falling off the service pathway through incorrect signposting.
Participation
Legal and financial capacity conditions of participation
Details can be found in the Procurement Specific Questionnaire (PSQ).
Technical ability conditions of participation
Details can be found in the Procurement Specific Questionnaire (PSQ).
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
13 October 2025, 5:00pm
Tender submission deadline
30 October 2025, 12:00pm
Submission address and any special instructions
The tender documents are accessible from the eSourcing portal provided by Jaggaer.
To register and particpate in this opportunity, please click the link to this tender https://homeoffice.app.jaggaer.com/go/0249772901994E4A3E0D.
The Authorities eSourcing Helpdesk can be contacted via:
(a) Phone: 0203 868 2859 (9am - 6pm UK) or by
(b) Portal Link: (Customer Support) https://homeoffice.app.jaggaer.com/esop/common-host/public/callMeBack/callMeBack.jsp?_from=captcha&moduleSessionId=28ddaa5d&_ncp=1721147152206.68190-1
The ITT is structured in three parts, containing a Qualification Envelope, Technical Envelope and Commercial Envelope.
Lead Suppliers must answer every question in each envelope.
Lead Suppliers are advised to complete the envelopes in the following order:
(a) Qualification Envelope;
(b) Technical Envelope;
(c) Commercial Envelope.
In addition, the Jaggaer eSourcing portal will include a Data Room containing further supporting information relevant to the requirement.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 20 May 2030
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical Envelope | Detailed breakdown of weightings can be found in Appendix B of the ITT document. This can be found in the attachments section of the Jaggaer Portal following registration. |
Quality | 60% |
Commercial Envelope | Detailed breakdown of weightings can be found in Appendix B of the ITT document. This can be found in the attachments section of the Jaggaer Portal following registration. |
Price | 30% |
Social Value (Technical Envelope) | Detailed breakdown of weightings can be found in Appendix B of the ITT document. This can be found in the attachments section of the Jaggaer Portal following registration. |
Quality | 10% |
Other information
Payment terms
Details can be found within the draft contract. This can be accessed via the Jaggaer Portal following registration.
Description of risks to contract performance
Details can be found within the ITT Appendices. These can be accessed via the Jaggaer Portal following registration.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Home Office
- Public Procurement Organisation Number: PWGC-6513-PQLZ
2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact name: John Hughes
Region: UKI32 - Westminster
Organisation type: Public authority - central government