Notice Information
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.
Notice Details
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
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
- 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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1c1703d4-37da-45ac-9e51-66d5df1d9f3c
16th November 2020 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/ba7b1844-9ebf-43dc-be2e-4efcbb6edb22
6th May 2020 - Early engagement 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-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"
}
}