Tender

Provision of Responsive Flexible Analytical Support Services for UKVI Strategy Support

HOME OFFICE

This public procurement record has 3 releases in its history.

TenderAmendment

11 Oct 2017 at 09:38

TenderAmendment

10 Oct 2017 at 15:19

Tender

10 Oct 2017 at 14:11

Summary of the contracting process

The Home Office is seeking to procure Responsive Flexible Analytical Support Services to assist its UKVI strategy team. This open procedure tender, identified as UKVI HOIA 2017-08-001, is budgeted at £72,000 (excluding VAT) and the tender period ends on 6th November 2017. The contract is intended to cover a six-month period starting 1st December 2017, with a potential six-month extension. This opportunity is available for businesses delivering services related to analysis and consultancy in the London and South East regions of the United Kingdom.

This tender represents a significant opportunity for small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) that specialise in data analysis, design-modelling, and consultancy services. The successful bidder will provide analytical support across diverse and fast-paced projects, potentially allowing them to showcase their expertise and expand their client base within the public sector. Businesses prepared to adapt to changing project requirements and deliver timely analytical solutions will find this tender particularly well-suited to their capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Responsive Flexible Analytical Support Services for UKVI Strategy Support

Notice Description

This Work Task contract is for analytical support over a 6 month period, with the option to extend for a further 6 months, with individual requests for support taking from around 4 to 12 weeks per task. Full-time analytical support for the entirety of the project period will be needed in some instances but not for others. For example, support may be needed to scope requirements, then to analyse data and/or report findings, but there may be a gap while data is being processed (by another team) when support is not needed. The exact requirements will be defined as clearly as possible at the start of each project. The UKVI strategy team work across a variety of fast paced projects with changing priorities, so it's not possible to outline in advance exactly what the service would deliver. However, we can outline as a further indication of what might be required by the types of deliverables already provided to UKVI strategy which could fall under this service banner including: Developing a proof of concept simulation model to show what analysis could be available to support the design of processes for the new Asylum National Intake Unit; and Light-touch multi-criteria decision analysis to support decision making on the future locations of asylum reporting centers. The budget for the requirement is PS72,000.00 excld. VAT. 1. Potential suppliers should note that, in accordance with the UK Government's policies on transparency, the Home Office intends to publish the ITT document, and the text of any contract awarded, subject to possible redactions at the discretion of the Home Office. Further information on transparency can be found at: http://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements guidance Additional information: 2. The Home Office expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it sees fit to the content and structure of the tendering competition. 3. In no circumstances will the Home Office be liable for any costs incurred by the Bidders in considering whether to participate in this procurement or in participating in this competition. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. 4. This procurement will be managed electronically via the Crown Commercial Service's eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage by following the link 'Supplier e-Sourcing Registration' 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. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers 5. It should be noted that it may take up to ten (10) working days for Dun and Bradstreet to respond with a DUNS number. 6. Once you have registered on the eSourcing Suite a registered user can express an interest for a specific procurement. This is done by emailing AnalyticalSupport@homeoffice.gsi.gov.uk. Your email should be entitled 'Responsive Flexible Analytical Support Services' - and must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk: Freephone +44 3450103503, email: supplier@ccs.gsi.gov.uk 7. In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit requests for clarifications is Monday 23/10/2017 12:00HRS.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-11ef2d98-a6bc-4dce-9917-5e23648931ab
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c6acd0cd-8933-47c3-8f33-e7784006bfed
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

72242000 - Design-modelling services

72316000 - Data analysis services

73000000 - Research and development services and related consultancy services

79300000 - Market and economic research; polling and statistics

79410000 - Business and management consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Oct 20178 years ago
Submission Deadline
6 Nov 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2017 - 1 Jun 2018 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CROYDON
Postcode
CR0 1XG
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-11ef2d98-a6bc-4dce-9917-5e23648931ab-2017-10-11T10:38:18+01:00",
    "date": "2017-10-11T10:38:18+01:00",
    "ocid": "ocds-b5fd17-11ef2d98-a6bc-4dce-9917-5e23648931ab",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "UKVI HOIA 2017-08-001",
        "title": "Provision of Responsive Flexible Analytical Support Services for UKVI Strategy Support",
        "description": "This Work Task contract is for analytical support over a 6 month period, with the option to extend for a further 6 months, with individual requests for support taking from around 4 to 12 weeks per task. Full-time analytical support for the entirety of the project period will be needed in some instances but not for others. For example, support may be needed to scope requirements, then to analyse data and/or report findings, but there may be a gap while data is being processed (by another team) when support is not needed. The exact requirements will be defined as clearly as possible at the start of each project. The UKVI strategy team work across a variety of fast paced projects with changing priorities, so it's not possible to outline in advance exactly what the service would deliver. However, we can outline as a further indication of what might be required by the types of deliverables already provided to UKVI strategy which could fall under this service banner including: Developing a proof of concept simulation model to show what analysis could be available to support the design of processes for the new Asylum National Intake Unit; and Light-touch multi-criteria decision analysis to support decision making on the future locations of asylum reporting centers. The budget for the requirement is PS72,000.00 excld. VAT. 1. Potential suppliers should note that, in accordance with the UK Government's policies on transparency, the Home Office intends to publish the ITT document, and the text of any contract awarded, subject to possible redactions at the discretion of the Home Office. Further information on transparency can be found at: http://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements guidance Additional information: 2. The Home Office expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it sees fit to the content and structure of the tendering competition. 3. In no circumstances will the Home Office be liable for any costs incurred by the Bidders in considering whether to participate in this procurement or in participating in this competition. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. 4. This procurement will be managed electronically via the Crown Commercial Service's eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage by following the link 'Supplier e-Sourcing Registration' 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. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers 5. It should be noted that it may take up to ten (10) working days for Dun and Bradstreet to respond with a DUNS number. 6. Once you have registered on the eSourcing Suite a registered user can express an interest for a specific procurement. This is done by emailing AnalyticalSupport@homeoffice.gsi.gov.uk. Your email should be entitled 'Responsive Flexible Analytical Support Services' - and must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk: Freephone +44 3450103503, email: supplier@ccs.gsi.gov.uk 7. In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit requests for clarifications is Monday 23/10/2017 12:00HRS.",
        "datePublished": "2017-10-10T15:11:59+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72242000",
            "description": "Design-modelling services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72316000",
                "description": "Data analysis services"
            },
            {
                "scheme": "CPV",
                "id": "73000000",
                "description": "Research and development services and related consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79300000",
                "description": "Market and economic research; polling and statistics"
            },
            {
                "scheme": "CPV",
                "id": "79410000",
                "description": "Business and management consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2017-11-06T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-12-01T00:00:00Z",
            "endDate": "2018-06-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c6acd0cd-8933-47c3-8f33-e7784006bfed",
                "datePublished": "2017-10-11T10:38:18+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2017-10-11T10:38:18+01:00"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b6ae6658-1465-4d6c-b00b-b8a869e443da",
                "format": "application/msword"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0ec644ca-a0ad-4b7e-ba9a-20c0d8deab3a",
                "format": "application/msword"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fc108e33-ca65-478f-bd23-dbeb647001c2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/269aa67f-4d7c-4d13-b906-b935ebb3b25a",
                "format": "application/msword"
            },
            {
                "id": "6",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/baa25889-2fc8-42e2-948f-8629fb058813",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "7",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/62e82ca9-7ffa-4eaa-b67c-5b2086bd3e96",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/s4Rw35Tf"
            },
            "address": {
                "streetAddress": "Southern House, Wesley Grove",
                "locality": "Croydon",
                "postalCode": "CR0 1XG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Michael Adu",
                "email": "AnalyticalSupport@homeoffice.gsi.gov.uk",
                "telephone": "07917638121"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}