Notice Information
Notice Title
PIN Home Office Biometrics (HOB) - Strategic Central and Bureau Platform
Notice Description
The Home Office is the UK's lead Government Department for immigration and borders, passports, drugs policy, crime, fire, counter-terrorism and the Police. The Home Office Biometrics Programme (HOB) provides the biometric capability to support law enforcement, immigration, border security and UK passports (HMPO). It covers three primary biometric modalities: fingerprints, DNA and facial matching. HOB is responsible for two legacy national biometric systems (IABS and IDENT1) that provide this core biometric capability, each provided under contracts with clear duplication of components and functions. With the two contracts terminating in March 2019 (FABrIC for the IDENT1 system) and April 2019 (NBIS for the IABS system), neither can provide all of the capabilities required to achieve the HOB strategic objectives. This procurement is for a single service management capability, developing a Strategic and Central Bureau Platform (SCBP) as part of the Home Office Biometric (HOB) Programme. The Contracting Authority intends to procure a single service management capability for the IABS and IDENT1 systems, developing a Strategic and Central Bureau Platform (SCBP) as part of the Home Office Biometric (HOB) Programme. The procurement will transition service management of the IDENT1 and IABS systems to a single supplier, with some service improvements. The contract duration will be for an initial term of six (6) years with an option to extend by two (2) years and then by a further two (2) Years (i.e.10 years altogether) Estimated costs excluding VAT at 6 years are up to PS198 million GBP, at 10 years up to PS308 million GBP. The scope encompasses service transition of core components for the IDENT1 and IABS systems to a single supplier with some service improvements. It comprises of: - Application support and maintenance of the in scope subsystem applications and the business capabilities and system functions they deliver. - Infrastructure support services as for the in scope subsystems, including working with the existing data centre provisioning and network supply. - Security support services for the in-scope sub-systems - ITIL Service Management for the subsystems in scope as part of the wider HOB and Authority ecosystem - Development, testing and deployment of changes. These changes will be commissioned by the Authority in support of the known pipeline of work and change. Additional requirements, defined as Scenarios, which may be taken up during the term: - Data centre consolidation into two data centres through relocation away from the existing IDENT1 production Data Centres into the existing IABS Data Centres - Migration of both IDENT1 and IABS applications into a Public Cloud hosting environment - Transformation of the highly distributed physical deployment architecture for Bureau to a centralised and virtualised solution - Alignment and integration of the Service and Security Management Tooling in line with Authority strategy. Additional information: This PIN notice is further to the Strategic Central and Bureau Platform RFI and Supplier day events both conducted during 2017. You have been invited to participate in Prior Information Notice Strategic Central and Bureau Platform PIN Registration Please follow the instructions below to access the notice:- 1. Logon to Crown Commercial Service - eSourcinghttps://gpsesourcing.cabinetoffice.gov.uk/ i. Enter your user name in the Name field. ii. Enter your password in the Password field. iii. Click the Login button. 2. From the main menu select Notice > Manage Notices. 3. Locate the Notice Name in the list of Notices. 4. Click on the Notice Name link to view the Notice. This procurement process and contract will require bidders to operate at OFFICIAL and OFFICIAL SENSITIVE Classifications. The contracted supplier will additionally be required to operate at SECRET to service the contract. The Selection Questionnaire (SQ) for this procurement is classified at OFFICIAL and carries a requirement for a signed Non Disclosure Agreement (NDA) to participate at this initial stage. All documentation and information should be handled in accordance with this. Information and documentation supporting the Invitation To Tender (ITT) is classified at OFFICIAL SENSITIVE. All bid team personnel involved in the ITT response must hold security clearances (SC) registered (not held) with the Home Office. To ensure no time lag is caused to ITT information release by a supplier's registration of or application for SC with the Home Office, the Contracting Authority advises potential bidders to register security clearances after viewing this PIN. Please see additional information attached. Currently the planned date of dispatch of an OJEU Notice is Q1 2018. Post contract award, personnel involved in the design, delivery and testing of the solution must hold security clearances (SC) from the Home Office and Police Service and, depending on the role and level of access to live systems and data, may also require Non Police Personnel Vetting- Level 3 and Developed Vetting. Contact the Authority on the email address supplied for any points for clarification
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-3dc53e51-5b6c-47fd-a9f3-6c345d1cbe25
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/113ac3d6-2273-4712-a3f3-e5c2f0241f03
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £308,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Jan 20188 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 28 Feb 2018Expired
- Award Date
- Not specified
- Contract Period
- 29 Sep 2018 - 29 Sep 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- 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
- CROYDON
- Postcode
- CR0 2EU
- 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
-
- Local Authority
- Croydon
- Electoral Ward
- Fairfield
- Westminster Constituency
- Croydon West
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/113ac3d6-2273-4712-a3f3-e5c2f0241f03
10th January 2018 - Future opportunity notice on Contracts Finder -
Notice URLs
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-b5fd17-3dc53e51-5b6c-47fd-a9f3-6c345d1cbe25-2018-01-10T11:33:11Z",
"date": "2018-01-10T11:33:11Z",
"ocid": "ocds-b5fd17-3dc53e51-5b6c-47fd-a9f3-6c345d1cbe25",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2018-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"description": "2018/2028",
"amount": {
"amount": 308000000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/113ac3d6-2273-4712-a3f3-e5c2f0241f03",
"datePublished": "2018-01-10T11:33:11Z",
"format": "text/html",
"language": "en",
"dateModified": "2018-01-10T11:33:11Z"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Emptoris esourcing system",
"url": "https://gpsesourcing.cabinetoffice.gov.uk/"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "PIN TED Publication",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/efb99ed1-1673-4114-ac08-e34c83f4487b",
"format": "application/pdf"
}
]
},
"tender": {
"id": "PIN - Home Office Biometrics (HOB) - Strategic Central and Bureau Platform",
"title": "PIN Home Office Biometrics (HOB) - Strategic Central and Bureau Platform",
"description": "The Home Office is the UK's lead Government Department for immigration and borders, passports, drugs policy, crime, fire, counter-terrorism and the Police. The Home Office Biometrics Programme (HOB) provides the biometric capability to support law enforcement, immigration, border security and UK passports (HMPO). It covers three primary biometric modalities: fingerprints, DNA and facial matching. HOB is responsible for two legacy national biometric systems (IABS and IDENT1) that provide this core biometric capability, each provided under contracts with clear duplication of components and functions. With the two contracts terminating in March 2019 (FABrIC for the IDENT1 system) and April 2019 (NBIS for the IABS system), neither can provide all of the capabilities required to achieve the HOB strategic objectives. This procurement is for a single service management capability, developing a Strategic and Central Bureau Platform (SCBP) as part of the Home Office Biometric (HOB) Programme. The Contracting Authority intends to procure a single service management capability for the IABS and IDENT1 systems, developing a Strategic and Central Bureau Platform (SCBP) as part of the Home Office Biometric (HOB) Programme. The procurement will transition service management of the IDENT1 and IABS systems to a single supplier, with some service improvements. The contract duration will be for an initial term of six (6) years with an option to extend by two (2) years and then by a further two (2) Years (i.e.10 years altogether) Estimated costs excluding VAT at 6 years are up to PS198 million GBP, at 10 years up to PS308 million GBP. The scope encompasses service transition of core components for the IDENT1 and IABS systems to a single supplier with some service improvements. It comprises of: - Application support and maintenance of the in scope subsystem applications and the business capabilities and system functions they deliver. - Infrastructure support services as for the in scope subsystems, including working with the existing data centre provisioning and network supply. - Security support services for the in-scope sub-systems - ITIL Service Management for the subsystems in scope as part of the wider HOB and Authority ecosystem - Development, testing and deployment of changes. These changes will be commissioned by the Authority in support of the known pipeline of work and change. Additional requirements, defined as Scenarios, which may be taken up during the term: - Data centre consolidation into two data centres through relocation away from the existing IDENT1 production Data Centres into the existing IABS Data Centres - Migration of both IDENT1 and IABS applications into a Public Cloud hosting environment - Transformation of the highly distributed physical deployment architecture for Bureau to a centralised and virtualised solution - Alignment and integration of the Service and Security Management Tooling in line with Authority strategy. Additional information: This PIN notice is further to the Strategic Central and Bureau Platform RFI and Supplier day events both conducted during 2017. You have been invited to participate in Prior Information Notice Strategic Central and Bureau Platform PIN Registration Please follow the instructions below to access the notice:- 1. Logon to Crown Commercial Service - eSourcinghttps://gpsesourcing.cabinetoffice.gov.uk/ i. Enter your user name in the Name field. ii. Enter your password in the Password field. iii. Click the Login button. 2. From the main menu select Notice > Manage Notices. 3. Locate the Notice Name in the list of Notices. 4. Click on the Notice Name link to view the Notice. This procurement process and contract will require bidders to operate at OFFICIAL and OFFICIAL SENSITIVE Classifications. The contracted supplier will additionally be required to operate at SECRET to service the contract. The Selection Questionnaire (SQ) for this procurement is classified at OFFICIAL and carries a requirement for a signed Non Disclosure Agreement (NDA) to participate at this initial stage. All documentation and information should be handled in accordance with this. Information and documentation supporting the Invitation To Tender (ITT) is classified at OFFICIAL SENSITIVE. All bid team personnel involved in the ITT response must hold security clearances (SC) registered (not held) with the Home Office. To ensure no time lag is caused to ITT information release by a supplier's registration of or application for SC with the Home Office, the Contracting Authority advises potential bidders to register security clearances after viewing this PIN. Please see additional information attached. Currently the planned date of dispatch of an OJEU Notice is Q1 2018. Post contract award, personnel involved in the design, delivery and testing of the solution must hold security clearances (SC) from the Home Office and Police Service and, depending on the role and level of access to live systems and data, may also require Non Police Personnel Vetting- Level 3 and Developed Vetting. Contact the Authority on the email address supplied for any points for clarification",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 198000000,
"currency": "GBP"
},
"value": {
"amount": 308000000,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2018-02-28T00:00:00Z"
},
"contractPeriod": {
"startDate": "2018-09-30T00:00:00+01:00",
"endDate": "2028-09-29T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
}
},
"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": "49 Sydenham Road",
"locality": "Croydon",
"postalCode": "CR0 2EU",
"countryName": "England"
},
"contactPoint": {
"name": "For Attention of Central Team",
"email": "SCBP@homeoffice.gsi.gov.uk"
},
"details": {
"url": "http://www.homeoffice.gsi.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
"name": "Home Office"
}
}