Tender

Visa and Citizenship Application Services

ATAMIS LTD

This public procurement record has 1 release in its history.

Tender

08 Dec 2021 at 15:46

Summary of the contracting process

The procurement process for Visa and Citizenship Application Services is being led by the Home Office through the UK Visas and Immigration (UKVI) authority. With a focus on maintaining national security and enhancing customer satisfaction, the procurement falls under the category of "Administration services" and is based in multiple geographical locations, including the UK, Africa and the Middle East, China and Taiwan, and more. The active tender has an estimated value of £1.2 billion and employs a selective procurement method via a competitive procedure with negotiation. Key deadlines include the submission of expressions of interest by 5th January 2022 and the closing date for Standard Selection Questionnaire submissions by 10th January 2022, with the contract period anticipated from 14th January 2023 to 13th January 2027.

This tender presents substantial opportunities for businesses involved in service provision within immigration and administrative support sectors. Companies with expertise in managing visa and citizenship application services, including those capable of offering infrastructure, appointment booking systems, biometric technologies, and customer support services, would be particularly well-suited to participate. This procurement not only opens avenues for competitive service offerings on a global scale but also facilitates the potential for long-term partnerships with the Home Office, enhancing operational capabilities in managing significant public service requirements.

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

Visa and Citizenship Application Services

Notice Description

The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), is the Authority seeking to procure a global network of Visa and Citizenship Application Service (VCAS) Centres, in support of Home Office activity. (Please note that this procurement was formerly referred to as Future Supplier Services.) UKVI is responsible for making millions of decisions every year about who has the right to visit or stay in the country, with a firm emphasis on national security and a culture of Customer satisfaction for people who come here legally. UKVI's vision is to be a world-leading immigration service working for a safe and prosperous UK. To that end, two of our key missions are to deliver world-class customer service and to control migration. UKVI's challenge is to transform services in a way that enhances customer experience and controls outcomes. To achieve this, the VCAS requirements will cover the following activities: - Provision of VCAS Centres (infrastructure and people) - Appointment booking - Priority / added-value services - Fees - Identity check and document verification - Document upload - Biometric capture - Digital interviewing - Vignette services - HMPO specific requirements - Complaints and customer insight The procurement has been divided into 5 geographical lots: (1) Africa and Middle East (2) Americas, Canada, Australasia and Europe (3) China and Taiwan (4) Asia and Asia Pacific (5) The UK Tenders may be submitted for all lots. Where a bidder is successful in multiple lots, HO reserves the right to award and aggregate any combination of lots 1-5 into a single contract. Through this procurement, VCAS is seeking solutions that will provide continuity of services for customers, global consistency for HO and suppliers, and a foundation to support future transformation delivered by other HO Programmes Additional information: The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Standard Selection Questionnaire (SQ) and any further responses to requests for information, requests for quotes, or requests for proposals via the internet rather than in paper form.In order to participate in this procurement, please follow the steps set out below.For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register.Once registered, all interested suppliers should then submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address in order to express interest: futuresupplierservices@homeoffice.gov.ukThe Authority requires new participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the Authority will either confirm prior receipt of an NDA as part of market engagement, or provide the NDA document for signature to be returned via email.Once a correctly signed NDA is received by the Authority, Participants will be invited to the Standard Selection Questionnaire (SQ) Event through the portal and will be able to access all of the project documentation.Participants are requested to register on the portal, and then to express interest via email by Wednesday 5th January 2022 at the latest, to allow sufficient time for the tender administrative process and submission of responses. SQ clarification requests must be submitted no later than 12:00pm (GMT) on Wednesday 22nd December 2021.The closing date for SQ submissions will be 11:00am (GMT) on Monday 10th January 2022. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6237ae7b-cdd3-4b61-9e7e-24385a51b0f3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/12e67937-b7b6-4dfc-8dec-2fb8b5d2b955
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

35 - Security, fire-fighting, police and defence equipment

64 - Postal and telecommunications services

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

75 - Administration, defence and social security services

98 - Other community, social and personal services


CPV Codes

32232000 - Video-conferencing equipment

32571000 - Communications infrastructure

35125110 - Biometric sensors

64114000 - Post office counter services

72222300 - Information technology services

75100000 - Administration services

75110000 - General public services

75112000 - Administrative services for business operations

75125000 - Administrative services related to tourism affairs

75130000 - Supporting services for the government

75131000 - Government services

75211110 - Consular services

98910000 - Services specific to international organisations and bodies

Notice Value(s)

Tender Value
£1,200,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Dec 20214 years ago
Submission Deadline
10 Jan 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
14 Jan 2023 - 13 Jan 2027 4-5 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
ATAMIS LTD
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-b5fd17-6237ae7b-cdd3-4b61-9e7e-24385a51b0f3-2021-12-08T15:46:36Z",
    "date": "2021-12-08T15:46:36Z",
    "ocid": "ocds-b5fd17-6237ae7b-cdd3-4b61-9e7e-24385a51b0f3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0205500D58000000L5A4EAK1",
        "title": "Visa and Citizenship Application Services",
        "description": "The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), is the Authority seeking to procure a global network of Visa and Citizenship Application Service (VCAS) Centres, in support of Home Office activity. (Please note that this procurement was formerly referred to as Future Supplier Services.) UKVI is responsible for making millions of decisions every year about who has the right to visit or stay in the country, with a firm emphasis on national security and a culture of Customer satisfaction for people who come here legally. UKVI's vision is to be a world-leading immigration service working for a safe and prosperous UK. To that end, two of our key missions are to deliver world-class customer service and to control migration. UKVI's challenge is to transform services in a way that enhances customer experience and controls outcomes. To achieve this, the VCAS requirements will cover the following activities: - Provision of VCAS Centres (infrastructure and people) - Appointment booking - Priority / added-value services - Fees - Identity check and document verification - Document upload - Biometric capture - Digital interviewing - Vignette services - HMPO specific requirements - Complaints and customer insight The procurement has been divided into 5 geographical lots: (1) Africa and Middle East (2) Americas, Canada, Australasia and Europe (3) China and Taiwan (4) Asia and Asia Pacific (5) The UK Tenders may be submitted for all lots. Where a bidder is successful in multiple lots, HO reserves the right to award and aggregate any combination of lots 1-5 into a single contract. Through this procurement, VCAS is seeking solutions that will provide continuity of services for customers, global consistency for HO and suppliers, and a foundation to support future transformation delivered by other HO Programmes Additional information: The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Standard Selection Questionnaire (SQ) and any further responses to requests for information, requests for quotes, or requests for proposals via the internet rather than in paper form.In order to participate in this procurement, please follow the steps set out below.For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register.Once registered, all interested suppliers should then submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address in order to express interest: futuresupplierservices@homeoffice.gov.ukThe Authority requires new participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the Authority will either confirm prior receipt of an NDA as part of market engagement, or provide the NDA document for signature to be returned via email.Once a correctly signed NDA is received by the Authority, Participants will be invited to the Standard Selection Questionnaire (SQ) Event through the portal and will be able to access all of the project documentation.Participants are requested to register on the portal, and then to express interest via email by Wednesday 5th January 2022 at the latest, to allow sufficient time for the tender administrative process and submission of responses. SQ clarification requests must be submitted no later than 12:00pm (GMT) on Wednesday 22nd December 2021.The closing date for SQ submissions will be 11:00am (GMT) on Monday 10th January 2022. 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.",
        "datePublished": "2021-12-08T15:46:36Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75100000",
            "description": "Administration services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75112000",
                "description": "Administrative services for business operations"
            },
            {
                "scheme": "CPV",
                "id": "32232000",
                "description": "Video-conferencing equipment"
            },
            {
                "scheme": "CPV",
                "id": "75110000",
                "description": "General public services"
            },
            {
                "scheme": "CPV",
                "id": "32571000",
                "description": "Communications infrastructure"
            },
            {
                "scheme": "CPV",
                "id": "35125110",
                "description": "Biometric sensors"
            },
            {
                "scheme": "CPV",
                "id": "64114000",
                "description": "Post office counter services"
            },
            {
                "scheme": "CPV",
                "id": "75211110",
                "description": "Consular services"
            },
            {
                "scheme": "CPV",
                "id": "72222300",
                "description": "Information technology services"
            },
            {
                "scheme": "CPV",
                "id": "75130000",
                "description": "Supporting services for the government"
            },
            {
                "scheme": "CPV",
                "id": "75125000",
                "description": "Administrative services related to tourism affairs"
            },
            {
                "scheme": "CPV",
                "id": "98910000",
                "description": "Services specific to international organisations and bodies"
            },
            {
                "scheme": "CPV",
                "id": "75131000",
                "description": "Government 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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1200000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-01-10T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-01-14T00:00:00Z",
            "endDate": "2027-01-13T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/12e67937-b7b6-4dfc-8dec-2fb8b5d2b955",
                "datePublished": "2021-12-08T15:46:36Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
            "name": "ATAMIS LTD",
            "identifier": {
                "legalName": "ATAMIS LTD",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hu9j9Du9"
            },
            "address": {
                "streetAddress": "2 Marsham St, Westminster",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "FSS Procurement Team",
                "email": "futuresupplierservices@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}