Tender

International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

05 Nov 2021 at 13:32

Summary of the contracting process

The Home Office is initiating a selective procurement process for the "International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement," aimed at enhancing international security policy objectives. The procurement, categorised under public security, law and order services, is currently in the Tender stage, with a closing date for submissions set for 6th December 2021 at 12:00 midday GMT. The contract period is expected to commence on 21st April 2022 and conclude on 21st April 2025. Interested suppliers are required to complete a non-disclosure agreement before accessing procurement documents through the Home Office eSourcing portal, located at 2 Marsham Street, London, SW1P 4DF.

This framework agreement represents a significant opportunity for businesses to engage in government contracts focused on overseas capability development. Companies specialising in areas such as policing, civil defence, cyber security, strategic intelligence, and operational support services will be particularly well-placed to compete. Additionally, small and medium-sized enterprises (SMEs) are encouraged to participate, as the procurement aims to accommodate their involvement. Overall, this tender could facilitate growth for businesses seeking to expand their portfolio in the international security sector.

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

International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement

Notice Description

The International Strategy and Capabilities (ISC) sits in the International Directorate of the Home Office (HO). ISC delivers strategic capability development programmes overseas on behalf of the Home Office. Their remit also includes responsibility of the Department's Official Development Assistance (ODA) budget and is the UK hub for the Home Office's overseas network. Their work focuses on delivering long-term capability enhancement programmes that support high priority HO and broader HM Government (HMG) international security policy objectives. ISC is the Home Office's centre of excellence in delivering such programmes overseas. This Framework Agreement is the second agreement to be put in place by ISC to help deliver its capability programmes overseas and will seek to appoint suitably qualified and experienced organisations who can provide the following services apportioned into Lots: - Lot 1: Turnkey Solution (encompassing all requirements in the framework scope) - Lot 2: Thematic Experts to provide Strategic Advice across 5 sub-lots (2A - Policing; 2B - Civil Defence; 2C - Cyber Security; 2D - Strategic Intelligence and Threat Assessment, and; 2E - Borders, Migration and Asylum - Lot 3: Programme and Project Support (provision of Project/Programme resources/services UK and Overseas) - Lot 4: Operational Support for deployed resources across 5 sub-lots (4A - Accommodation overseas; 4B - Vehicle Hire overseas; 4C - Secure Transport overseas; 4D - Personal and Site Security, and; 4E - Duty of Care Items) Interested parties will be required to complete a non-disclosure agreement before accessing the procurement documents. See additional information section for further details. Additional information: Under regulations 53(4) and 21(3), the authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free, direct access to the full procurement documents in order to protect the confidential nature the requirements. This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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 which you are registering, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, ppq_190 Titled: 'C21170 - ISC Specialist Support & Resource Framework - Non Disclosure Agreement ' will become visible to you in the PQQ section. You will be required to complete the non-disclosure agreement and returning using the messaging function as an attachment, within the PQQ on the eSourcing portal before gaining access to the selection questionnaire and procurement documents. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (08.00-18.00). The closing date for completed selection questionnaire submissions will be 6th December 2021 at 12.00 Midday GMT. Non-disclosure agreements should be completed as early as possible to allow sufficient time to complete the selection questionnaire which is the responsibility of interested parties. In light of the situation with Covid-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required. The authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-1f0a12dc-7410-4fab-8a79-999def93510d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/96626067-73c8-42dd-9273-edb2ec5141f4
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75240000 - Public security, law and order services

Notice Value(s)

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

Notice Dates

Publication Date
5 Nov 20214 years ago
Submission Deadline
6 Dec 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 Apr 2022 - 21 Apr 2025 3-4 years
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
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

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-b5fd17-1f0a12dc-7410-4fab-8a79-999def93510d-2021-11-05T13:32:39Z",
    "date": "2021-11-05T13:32:39Z",
    "ocid": "ocds-b5fd17-1f0a12dc-7410-4fab-8a79-999def93510d",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_281640/1011644",
        "title": "International Strategy and Capabilities (ISC) Specialist Support and Resource Framework Agreement",
        "description": "The International Strategy and Capabilities (ISC) sits in the International Directorate of the Home Office (HO). ISC delivers strategic capability development programmes overseas on behalf of the Home Office. Their remit also includes responsibility of the Department's Official Development Assistance (ODA) budget and is the UK hub for the Home Office's overseas network. Their work focuses on delivering long-term capability enhancement programmes that support high priority HO and broader HM Government (HMG) international security policy objectives. ISC is the Home Office's centre of excellence in delivering such programmes overseas. This Framework Agreement is the second agreement to be put in place by ISC to help deliver its capability programmes overseas and will seek to appoint suitably qualified and experienced organisations who can provide the following services apportioned into Lots: - Lot 1: Turnkey Solution (encompassing all requirements in the framework scope) - Lot 2: Thematic Experts to provide Strategic Advice across 5 sub-lots (2A - Policing; 2B - Civil Defence; 2C - Cyber Security; 2D - Strategic Intelligence and Threat Assessment, and; 2E - Borders, Migration and Asylum - Lot 3: Programme and Project Support (provision of Project/Programme resources/services UK and Overseas) - Lot 4: Operational Support for deployed resources across 5 sub-lots (4A - Accommodation overseas; 4B - Vehicle Hire overseas; 4C - Secure Transport overseas; 4D - Personal and Site Security, and; 4E - Duty of Care Items) Interested parties will be required to complete a non-disclosure agreement before accessing the procurement documents. See additional information section for further details. Additional information: Under regulations 53(4) and 21(3), the authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free, direct access to the full procurement documents in order to protect the confidential nature the requirements. This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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 which you are registering, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, ppq_190 Titled: 'C21170 - ISC Specialist Support & Resource Framework - Non Disclosure Agreement ' will become visible to you in the PQQ section. You will be required to complete the non-disclosure agreement and returning using the messaging function as an attachment, within the PQQ on the eSourcing portal before gaining access to the selection questionnaire and procurement documents. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (08.00-18.00). The closing date for completed selection questionnaire submissions will be 6th December 2021 at 12.00 Midday GMT. Non-disclosure agreements should be completed as early as possible to allow sufficient time to complete the selection questionnaire which is the responsibility of interested parties. In light of the situation with Covid-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required. The authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.",
        "datePublished": "2021-11-05T13:32:39Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75240000",
            "description": "Public security, law and order services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-12-06T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-04-21T00:00:00+01:00",
            "endDate": "2025-04-21T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/96626067-73c8-42dd-9273-edb2ec5141f4",
                "datePublished": "2021-11-05T13:32:39Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "eProcurement Portal (access to procurement documents)",
                "url": "https://homeoffice.app.jaggaer.com/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-148108",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Paul Tower-France",
                "email": "HOSProcurement@homeoffice.gov.uk"
            },
            "details": {
                "url": "https://homeoffice.app.jaggaer.com/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-148108",
        "name": "Home Office"
    }
}