Tender

International Capabilities Team (ICT) Future Services Framework Agreement

HOME OFFICE

This public procurement record has 2 releases in its history.

Tender

16 Nov 2020 at 12:02

Planning

06 May 2020 at 12:41

Summary of the contracting process

The Home Office is currently conducting a tender for the "International Capabilities Team (ICT) Future Services Framework Agreement." This opportunity falls within the services category, primarily focusing on strategic capability development programmes in areas including Policing, Cyber Security, and National Risk and Resilience. The procurement process is at the tender stage, with the deadline for submissions on 8th December 2020 at 12:00 midday GMT. The framework agreement, once awarded, will last for four years, enabling various Call Off contracts through further mini-competitions. Interested parties are required to register on the Home Office's eSourcing portal and complete a non-disclosure agreement prior to accessing the full procurement documents. The anticipated contract period starts on 3rd May 2021 and ends on 2nd May 2025.

This tender presents significant growth opportunities for businesses specializing in international service delivery, particularly those with expertise in policing, civil defence, cyber security, and strategic intelligence. Companies that can provide training, support in the mentioned thematic areas, or contribute to the UK's international capabilities are well-suited to participate in this competitive process. The Home Office has indicated that the framework will be divided into multiple lots, allowing firms of varying sizes—particularly SMEs—to submit proposals for specific areas of service, thereby enhancing their chances of securing contracts on a national and international scale.

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 Capabilities Team (ICT) Future Services Framework Agreement

Notice Description

The International Capabilities Team (ICT) which is part of the International Directorate of the Home Office. ICT 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. ICT is seeking to establish a multi-lot framework agreement with suitably qualified and experienced organisations of services covering the following thematic areas; - Policing - Civil Defence - Cyber Security - Strategic Intelligence and Threat Assessment - Borders, Migration and Asylum - National Risk and Resilience The framework agreement will be let for a period of four (4) years with Call Off contracts awarded by means of further (mini) competitions. Any correspondence relating to this procurement exercise must be through the Home Office eSourcing portal (Jaggaer). 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_84 Titled: "C16455 - ICT Future Services - 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 (0800 - 1800hrs). The closing date for completed Selection Questionnaire submissions will be 8th December 2020 at 12:00 Midday GMT. Clarification requests must be submitted no later than 1st December 2020. 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. Additional information: The Framework Agreement is being divided into Lots as follows: Lot 1 for Specialist Support and Resources covers the provision of Strategic Advice and Programme Delivery Support across the following thematic areas; - Policing - Civil Defence - Cyber Security - Strategic Intelligence and Threat Assessment - Borders, Migration and Asylum - National Risk and Resilience In addition, suppliers under this lot will be required to provide a limited number of services within FM, Estates and Security and Language Services to support programme delivery. Lot 2 covers training services in relation to Policing. This lot is divided into the following sub-lots; Lot 2a: General Policing and Investigation Lot 2b: Operations and Specialist Capabilities Lot 2c: Counter Terrorism 4P's Lot 2d: Information and Intelligence management, including contact management Lot 2e: Leadership, Command and Control Lot 2f: Support/Back-office Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 3 covers training services for Civil Defence. This lot is divided into the following sub-lots; Lot 3a: Risk Based Planning Lot 3b: Performance Management Lot 3c: Prevention and Community Resilience Lot 3d: Fire Protection and Building Safety Lot 3e: Emergency Call Receipt and Mobilisation Lot 3f: Emergency Response Lot 3g: Operational Assurance Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 4 covers training services in relation to Cyber Security. This lot is divided into the following sub-lots; Lot 4a: An Integrated approach to national cyber security capacity building and National cyber risk assessment training Lot 4b: Additional training Lot 4c: Online simulation exercises Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 5 covers training services in relation to Strategic Intelligence and Threat Assessment. Lot 6 covers training in relation to Borders, Migration and Asylum. This lot is divided into sub-lots as follows; Lot 6a: Delivering reintegration programmes for returnees from the UK Lot 6b: Capacity building in border management and apprehension of Organised Immigration Crime (OIC) actors Lot 6c: Delivering scoping activities & Improving the quality/quantity of migration data and evidence Lot 6d: Facilitating durable solutions for migrants in transit/host countries Lot 6e: Delivering technical assistance activities Lot 6f: Victim support services for victims of trafficking/exploitation Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 7 covers the provision of training in relation to National Risk and Resilience.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f7c48da5-5b74-4af1-9f2f-8a96dfc1c058
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1c1703d4-37da-45ac-9e51-66d5df1d9f3c
Current Stage
Tender
All Stages
Planning, 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

34 - Transport equipment and auxiliary products to transportation

55 - Hotel, restaurant and retail trade services

60 - Transport services (excl. Waste transport)

71 - Architectural, construction, engineering and inspection 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

80 - Education and training services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

34100000 - Motor vehicles

34152000 - Training simulators

55250000 - Letting services of short-stay furnished accommodation

60171000 - Hire of passenger cars with driver

71241000 - Feasibility study, advisory service, analysis

71620000 - Analysis services

72224000 - Project management consultancy services

75240000 - Public security, law and order services

75241000 - Public security services

75241100 - Police services

75250000 - Fire-brigade and rescue services

79421000 - Project-management services other than for construction work

79530000 - Translation services

79540000 - Interpretation services

79700000 - Investigation and security services

79710000 - Security services

79993100 - Facilities management services

80000000 - Education and training services

80500000 - Training services

80510000 - Specialist training services

80511000 - Staff training services

80521000 - Training programme services

80532000 - Management training services

80550000 - Safety training services

80560000 - Health and first-aid training services

80610000 - Training and simulation in security equipment

80620000 - Training and simulation in firearms and ammunition

90721800 - Natural risks or hazards protection services

98341000 - Accommodation services

Notice Value(s)

Tender Value
£177,466,667 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Nov 20205 years ago
Submission Deadline
8 Dec 2020Expired
Future Notice Date
20 May 2020Expired
Award Date
Not specified
Contract Period
2 May 2021 - 2 May 2025 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
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
SW1 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
TLI London

Local Authority
Westminster
Electoral Ward
Vincent Square
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-f7c48da5-5b74-4af1-9f2f-8a96dfc1c058-2020-11-16T12:02:49Z",
    "date": "2020-11-16T12:02:49Z",
    "ocid": "ocds-b5fd17-f7c48da5-5b74-4af1-9f2f-8a96dfc1c058",
    "language": "en",
    "initiationType": "tender",
    "title": "C16455 - Home Office International Capabilties Team - Future Services - Market Engagement Exercise",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2020-05-20T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ba7b1844-9ebf-43dc-be2e-4efcbb6edb22",
                "datePublished": "2020-05-06T13:41:50+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_239866/902954",
        "title": "International Capabilities Team (ICT) Future Services Framework Agreement",
        "description": "The International Capabilities Team (ICT) which is part of the International Directorate of the Home Office. ICT 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. ICT is seeking to establish a multi-lot framework agreement with suitably qualified and experienced organisations of services covering the following thematic areas; - Policing - Civil Defence - Cyber Security - Strategic Intelligence and Threat Assessment - Borders, Migration and Asylum - National Risk and Resilience The framework agreement will be let for a period of four (4) years with Call Off contracts awarded by means of further (mini) competitions. Any correspondence relating to this procurement exercise must be through the Home Office eSourcing portal (Jaggaer). 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_84 Titled: \"C16455 - ICT Future Services - 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 (0800 - 1800hrs). The closing date for completed Selection Questionnaire submissions will be 8th December 2020 at 12:00 Midday GMT. Clarification requests must be submitted no later than 1st December 2020. 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. Additional information: The Framework Agreement is being divided into Lots as follows: Lot 1 for Specialist Support and Resources covers the provision of Strategic Advice and Programme Delivery Support across the following thematic areas; - Policing - Civil Defence - Cyber Security - Strategic Intelligence and Threat Assessment - Borders, Migration and Asylum - National Risk and Resilience In addition, suppliers under this lot will be required to provide a limited number of services within FM, Estates and Security and Language Services to support programme delivery. Lot 2 covers training services in relation to Policing. This lot is divided into the following sub-lots; Lot 2a: General Policing and Investigation Lot 2b: Operations and Specialist Capabilities Lot 2c: Counter Terrorism 4P's Lot 2d: Information and Intelligence management, including contact management Lot 2e: Leadership, Command and Control Lot 2f: Support/Back-office Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 3 covers training services for Civil Defence. This lot is divided into the following sub-lots; Lot 3a: Risk Based Planning Lot 3b: Performance Management Lot 3c: Prevention and Community Resilience Lot 3d: Fire Protection and Building Safety Lot 3e: Emergency Call Receipt and Mobilisation Lot 3f: Emergency Response Lot 3g: Operational Assurance Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 4 covers training services in relation to Cyber Security. This lot is divided into the following sub-lots; Lot 4a: An Integrated approach to national cyber security capacity building and National cyber risk assessment training Lot 4b: Additional training Lot 4c: Online simulation exercises Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 5 covers training services in relation to Strategic Intelligence and Threat Assessment. Lot 6 covers training in relation to Borders, Migration and Asylum. This lot is divided into sub-lots as follows; Lot 6a: Delivering reintegration programmes for returnees from the UK Lot 6b: Capacity building in border management and apprehension of Organised Immigration Crime (OIC) actors Lot 6c: Delivering scoping activities & Improving the quality/quantity of migration data and evidence Lot 6d: Facilitating durable solutions for migrants in transit/host countries Lot 6e: Delivering technical assistance activities Lot 6f: Victim support services for victims of trafficking/exploitation Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots. Lot 7 covers the provision of training in relation to National Risk and Resilience.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34100000",
            "description": "Motor vehicles"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34152000",
                "description": "Training simulators"
            },
            {
                "scheme": "CPV",
                "id": "55250000",
                "description": "Letting services of short-stay furnished accommodation"
            },
            {
                "scheme": "CPV",
                "id": "60171000",
                "description": "Hire of passenger cars with driver"
            },
            {
                "scheme": "CPV",
                "id": "71241000",
                "description": "Feasibility study, advisory service, analysis"
            },
            {
                "scheme": "CPV",
                "id": "71620000",
                "description": "Analysis services"
            },
            {
                "scheme": "CPV",
                "id": "72224000",
                "description": "Project management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "75240000",
                "description": "Public security, law and order services"
            },
            {
                "scheme": "CPV",
                "id": "75241000",
                "description": "Public security services"
            },
            {
                "scheme": "CPV",
                "id": "75241100",
                "description": "Police services"
            },
            {
                "scheme": "CPV",
                "id": "75250000",
                "description": "Fire-brigade and rescue services"
            },
            {
                "scheme": "CPV",
                "id": "79421000",
                "description": "Project-management services other than for construction work"
            },
            {
                "scheme": "CPV",
                "id": "79530000",
                "description": "Translation services"
            },
            {
                "scheme": "CPV",
                "id": "79540000",
                "description": "Interpretation services"
            },
            {
                "scheme": "CPV",
                "id": "79700000",
                "description": "Investigation and security services"
            },
            {
                "scheme": "CPV",
                "id": "79710000",
                "description": "Security services"
            },
            {
                "scheme": "CPV",
                "id": "79993100",
                "description": "Facilities management services"
            },
            {
                "scheme": "CPV",
                "id": "80000000",
                "description": "Education and training services"
            },
            {
                "scheme": "CPV",
                "id": "80500000",
                "description": "Training services"
            },
            {
                "scheme": "CPV",
                "id": "80510000",
                "description": "Specialist training services"
            },
            {
                "scheme": "CPV",
                "id": "80511000",
                "description": "Staff training services"
            },
            {
                "scheme": "CPV",
                "id": "80521000",
                "description": "Training programme services"
            },
            {
                "scheme": "CPV",
                "id": "80532000",
                "description": "Management training services"
            },
            {
                "scheme": "CPV",
                "id": "80550000",
                "description": "Safety training services"
            },
            {
                "scheme": "CPV",
                "id": "80560000",
                "description": "Health and first-aid training services"
            },
            {
                "scheme": "CPV",
                "id": "80610000",
                "description": "Training and simulation in security equipment"
            },
            {
                "scheme": "CPV",
                "id": "80620000",
                "description": "Training and simulation in firearms and ammunition"
            },
            {
                "scheme": "CPV",
                "id": "90721800",
                "description": "Natural risks or hazards protection services"
            },
            {
                "scheme": "CPV",
                "id": "98341000",
                "description": "Accommodation services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1 4DF"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "datePublished": "2020-11-16T12:02:49Z",
        "value": {
            "amount": 177466667,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-12-08T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-05-03T00:00:00+01:00",
            "endDate": "2025-05-02T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1c1703d4-37da-45ac-9e51-66d5df1d9f3c",
                "datePublished": "2020-11-16T12:02:49Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-222644",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "HOSProcurement@homeoffice.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-155285",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "HoSProcurement@homeoffice.gov.uk"
            },
            "details": {
                "url": "https://homeoffice.app.jaggaer.com/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-155285",
        "name": "Home Office"
    }
}