Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
ebsa.commercial@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://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
Environment, Build, Support and Administration (EBSA)
Reference number
Project_9595
two.1.2) Main CPV code
- 72211000 - Programming services of systems and user software
two.1.3) Type of contract
Services
two.1.4) Short description
Background to Requirement
EBSA key information
EBSA hosts around 250 project teams, 3,000 users, and at least 10 major programmes.
Supports the onboarding and integrations for delivery of HMPO, Borders, and Immigration systems including ETA scaling.
Supports multiple tenancy in a secure manner that adheres to the security requirements for each programme of work; and
Provides service management of the services hosted on EBSA.
The existing EBSA Managed Service is being provided by Capgemini.
The successful bidder will be required to provide a product centric managed service for an AWS cloud platform. This will involve ensuring optimal performance, security, and cost-efficiency.
Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, and troubleshooting.
The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of DDaT, and help with cloud strategy, scalability, and resource optimisation for seamless operations.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 72225000 - System quality assurance assessment and review services
- 72243000 - Programming services
- 72246000 - Systems consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Opportunity
This procurement will establish a contract for the purchase of Services as described within the published ITT Services Specification.
The Contract will be for an Initial Term of four (4) year with an option to extend for an optional one (1) year.
The Contract is being offered under the terms of RM6100 Technology Services 3 – Lot 3d, which will govern any resultant contract.
The Contracting Authority is managing this procurement in accordance with the Public Contracts Regulations 2015. This is a call off contract and as such the Contracting Authority cannot guarantee volumes of work or minimum revenue/spend commitment under the Contract.
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
48
This contract is subject to renewal
Yes
Description of renewals
1 Year Optional extension
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
1. Non Disclosure Agreement
2. Conflict of interest forms
3. (If required) Ethical Wall agreement
To be completed and returned prior to launch and issuing of the full ITT pack.
All TS3 Lot 3d suppliers will be sent the above documentation via ebsa.commercial@homeoffice.gov.uk with details of deadlines included.
To participate, potential suppliers must first be registered on the eSourcing Portal. If you have not yet registered on the e-sourcing portal, please do so at: https://crowncommercialservice.bravosolution.co.uk/web/login.html 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 that you are registering, which would be entering into a contract if invited to do so.
Once you are registered, you may submit any feedback or Clarification Questions via the eSourcing Portal. No Clarification Questions or technical support shall be provided from the EBSA mailbox above. Please note that the Authority will share questions and answers with all participants by default.
For technical assistance on the use of the e-sourcing portal, please contact the Bravo supplier helpdesk at info@crowncommercial.gov.uk, Phone :0345 410 2222
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: 116
In the case of framework agreements, provide justification for any duration exceeding 4 years:
1 Year optional extension period. Initial term within the 4 years.
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
17 October 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 October 2025
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
Tender must be valid until: 30 October 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Crown Commercial Services
10 S Colonnade
London
E14 4PX
Country
United Kingdom