Notice Information
Notice Title
Front End Services UK
Notice Description
The Home Office acting through UK Visas and Immigration (UKVI) is the Authority procuring the delivery of Front End Services (FES) in the UK. On current forecasts, over 780,000 customers are expected to use FES (UK) each year to support their applications to either extend their stay, settle or to pursue British nationality. FES (UK) is expected to be available to customers from October 2018. The PS91,000,000 value refers to a five year service duration, including a two year optional extension that may be required at the Authority's absolute discretion. The services in the scope of this procurement fall into three main categories; Core Services * Biometric capture, * Identity check; and * Digitisation of supporting evidence. The FES (UK) Supplier will be required to provide the biometric capture hardware and software and transmit individuals' biometric data in a way that reconciles with the Authority systems. All identity documents and supporting evidence will be checked and digitised or electronically sourced and transmitted in a way that reconciles with Authority systems. The FES (UK) Supplier will be required to provide the digitisation or electronic sourcing solution and any hardware and software. The FES (UK) Supplier will undertake an identity check to confirm the customer has the same details and physical appearance as the identity document photo. Priority Services The FES (UK) Supplier will be required to support UKVI Priority Services that provide faster decision alternatives to the standard service. They will be required to identify Priority Service customers and ensure service interaction is undertaken in line with UKVI defined timescales. Added Value Services The FES (UK) Supplier will provide optional services which a customer may choose to purchase in addition to the Core Services in order to supplement and/or enhance their experience (referred to as Added Value Services (AVS)). The FES (UK) Supplier will be expected to develop and continually evolve its range of AVS, through its knowledge of the market. The revenue generated by these AVS would in turn contribute to reducing the price payable by the Authority for the services provided under the contract. The AVS could offer additional convenience, comfort and assistance to customers and could include variations on delivery of Core Services. The Authority expects the FES (UK) Supplier to ensure that any AVS provided should not comprise any age restricted or otherwise illegal or inappropriate services, nor any services that could be seen as or are detrimental to the reputation of the Authority. Potential Future Services Interviewing services, if required, would need to be facilitated for the customer through digital solutions by a FES (UK) Supplier. The FES (UK) Supplier would be expected to provide the premises, hardware and software required to ensure connectivity with Home Office systems to allow for Authority interviewers to conduct remote interviews, should this servi
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-2d444f7c-7f73-44a2-9bec-17269aee6500
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7e180dec-431e-4f05-9246-ad4b5bbb1de2
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
64 - Postal and telecommunications services
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31711310 - System for recording attendance
32333000 - Video recording or reproducing apparatus
35125110 - Biometric sensors
48515000 - Video conferencing software package
64120000 - Courier services
66172000 - Financial transaction processing and clearing-house services
72313000 - Data capture services
72314000 - Data collection and collation services
72317000 - Data storage services
75110000 - General public services
75130000 - Supporting services for the government
79500000 - Office-support services
79999100 - Scanning services
Notice Value(s)
- Tender Value
- £91,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Aug 20178 years ago
- Submission Deadline
- 4 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 19 Mar 2018 - 18 Mar 2021 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/7e180dec-431e-4f05-9246-ad4b5bbb1de2
8th August 2017 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-2d444f7c-7f73-44a2-9bec-17269aee6500-2017-08-08T12:12:24+01:00",
"date": "2017-08-08T12:12:24+01:00",
"ocid": "ocds-b5fd17-2d444f7c-7f73-44a2-9bec-17269aee6500",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "FES UK",
"title": "Front End Services UK",
"description": "The Home Office acting through UK Visas and Immigration (UKVI) is the Authority procuring the delivery of Front End Services (FES) in the UK. On current forecasts, over 780,000 customers are expected to use FES (UK) each year to support their applications to either extend their stay, settle or to pursue British nationality. FES (UK) is expected to be available to customers from October 2018. The PS91,000,000 value refers to a five year service duration, including a two year optional extension that may be required at the Authority's absolute discretion. The services in the scope of this procurement fall into three main categories; Core Services * Biometric capture, * Identity check; and * Digitisation of supporting evidence. The FES (UK) Supplier will be required to provide the biometric capture hardware and software and transmit individuals' biometric data in a way that reconciles with the Authority systems. All identity documents and supporting evidence will be checked and digitised or electronically sourced and transmitted in a way that reconciles with Authority systems. The FES (UK) Supplier will be required to provide the digitisation or electronic sourcing solution and any hardware and software. The FES (UK) Supplier will undertake an identity check to confirm the customer has the same details and physical appearance as the identity document photo. Priority Services The FES (UK) Supplier will be required to support UKVI Priority Services that provide faster decision alternatives to the standard service. They will be required to identify Priority Service customers and ensure service interaction is undertaken in line with UKVI defined timescales. Added Value Services The FES (UK) Supplier will provide optional services which a customer may choose to purchase in addition to the Core Services in order to supplement and/or enhance their experience (referred to as Added Value Services (AVS)). The FES (UK) Supplier will be expected to develop and continually evolve its range of AVS, through its knowledge of the market. The revenue generated by these AVS would in turn contribute to reducing the price payable by the Authority for the services provided under the contract. The AVS could offer additional convenience, comfort and assistance to customers and could include variations on delivery of Core Services. The Authority expects the FES (UK) Supplier to ensure that any AVS provided should not comprise any age restricted or otherwise illegal or inappropriate services, nor any services that could be seen as or are detrimental to the reputation of the Authority. Potential Future Services Interviewing services, if required, would need to be facilitated for the customer through digital solutions by a FES (UK) Supplier. The FES (UK) Supplier would be expected to provide the premises, hardware and software required to ensure connectivity with Home Office systems to allow for Authority interviewers to conduct remote interviews, should this servi",
"datePublished": "2017-08-08T12:12:24+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "31711310",
"description": "System for recording attendance"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32333000",
"description": "Video recording or reproducing apparatus"
},
{
"scheme": "CPV",
"id": "35125110",
"description": "Biometric sensors"
},
{
"scheme": "CPV",
"id": "48515000",
"description": "Video conferencing software package"
},
{
"scheme": "CPV",
"id": "64120000",
"description": "Courier services"
},
{
"scheme": "CPV",
"id": "66172000",
"description": "Financial transaction processing and clearing-house services"
},
{
"scheme": "CPV",
"id": "72313000",
"description": "Data capture services"
},
{
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "75110000",
"description": "General public services"
},
{
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
},
{
"scheme": "CPV",
"id": "79999100",
"description": "Scanning services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 91000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure",
"tenderPeriod": {
"endDate": "2017-09-04T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-03-19T00:00:00Z",
"endDate": "2021-03-18T23:59:59Z"
},
"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/7e180dec-431e-4f05-9246-ad4b5bbb1de2",
"datePublished": "2017-08-08T12:12:24+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "OJEU notice",
"url": "http://ted.europa.eu/udl?uri=TED:NOTICE:310539-2017:TEXT:EN:HTML&src=0"
}
]
},
"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": "Home Office, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "England"
},
"contactPoint": {
"email": "FrontEndServices@homeoffice.gsi.gov.uk"
},
"details": {
"url": "https://www.gov.uk/government/organisations/home-office"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
"name": "Home Office"
}
}