Tender

Front End Services UK

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

08 Aug 2017 at 11:12

Summary of the contracting process

The Home Office is conducting a tender for the delivery of Front End Services (FES) in the UK, aiming to support over 780,000 customers annually in their immigration applications. This procurement is classified under the services category and is valued at £91,000,000 over a five-year period, which includes a potential two-year extension. The tender period concludes on 4th September 2017, and the contract is expected to start on 19th March 2018 and run until 18th March 2021. The procurement method utilised is selective with a negotiated procedure, and services will be required across the United Kingdom and beyond, including the British Overseas Territories and the Channel Islands.

This tender presents significant opportunities for businesses specialising in biometric technology, data capture services, and digital solutions, particularly those well-versed in identity verification and customer service enhancements. SMEs are encouraged to participate, as the scope includes core services like biometric capture and identity checks, as well as potential added value services that could complement the main offerings. Companies capable of providing innovative and compliant solutions can leverage this contract to expand their reach and capabilities in the public procurement landscape.

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

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

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

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

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-b5fd17-2d444f7c-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"
    }
}