Notice Information
Notice Title
ocds-h6vhtk-02bf26
Notice Description
The Authority has undertaken this tender exercise to appoint suitably capable and experienced provider of a Digital Interviewing solution. It has utilised the Restricted Procedure, a multi-stage procurement process intended to short list qualified bidders, who where in turn invited to tender for the contract opportunity.
Lot Information
Lot 1
igital Interviewing is used by the Home Office Visas & Immigration Directorate to gather additional information to support a visa application or asylum claim. Interviews are currently carried out in-person and as remote interviews (via telephone or video links). Other areas of the Home Office also use interviewing to different extents. This notice relates specifically to delivering a continuous operational service for Asylum and V&C Operations from January 2022 to 2023. The core components of the project include: * Digital Audio Recording Software; Capture the audio from all participants whether they are present in the host room or joining remotely via MS Teams. It will allow control of the audio (e.g. pause) during the interview and will link to the Interview Record Forms software. * Interview Records Software: Capture typed information during the interview in relation to the interview including information about the interview, the participants and the questions, statements and response made during the interview. * Cloud Hosted Storage: The audio record and the interview record forms will be saved and stored to cloud-hosted storage on completion of the interview or, if offline, when later connected to the network * Management Information: The solution must provide reports of all digital interviews undertaken with filtering and sorting by all metadata data captured during interviewing and any automatically applied grouped by business area/team responsible. * RBAC: The solution shall have Role-based User Access Control which will allow specific user roles to be defined - each with a specific set of permissions within the system * Auto Transcription: Provision of automated transcripts from the recorded interview audio including all audio spoken during the interview in the English language only.
Proc 645 Digital InterviewingFurther to a Prior Information Notice (PIN) ref: CF-0160200D58000000L5A4EAK1 issued on 22 April 2021, The Authority is undertaking this tender exercise to appoint suitably capable and experienced provider of a Digital Interviewing solution. It utilises the Restricted Procedure, a multi-stage procurement process that is intended to short list qualified bidders, who will in turn be invited to tender for the contract opportunity. The objective of the Selection Stage is to assess the responses to the SSQ and select Bidders to proceed to the ITT Stage of this procurement. The evaluation panel shall evaluate the SSQ responses using the selection criteria detailed in the SSQ document, which is provided on the Home Office e-sourcing portal. Bidders who pass this SSQ assessment will then be invited to tender.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bf26
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035145-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72232000 - Development of transaction processing and custom software
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £6,430,228 £1M-£10M
Notice Dates
- Publication Date
- 17 Apr 20261 weeks ago
- Submission Deadline
- 25 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 24 Dec 20214 years ago
- Contract Period
- 17 Mar 2022 - 30 Sep 2026 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
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)
- 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
Further Information
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-h6vhtk-02bf26-2026-04-17T12:19:54+01:00",
"date": "2026-04-17T12:19:54+01:00",
"ocid": "ocds-h6vhtk-02bf26",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02bf26",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ocds-h6vhtk-02bf26",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72232000",
"description": "Development of transaction processing and custom software"
},
"mainProcurementCategory": "services",
"description": "The Authority has undertaken this tender exercise to appoint suitably capable and experienced provider of a Digital Interviewing solution. It has utilised the Restricted Procedure, a multi-stage procurement process intended to short list qualified bidders, who where in turn invited to tender for the contract opportunity.",
"value": {
"amount": 2500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "igital Interviewing is used by the Home Office Visas & Immigration Directorate to gather additional information to support a visa application or asylum claim. Interviews are currently carried out in-person and as remote interviews (via telephone or video links). Other areas of the Home Office also use interviewing to different extents. This notice relates specifically to delivering a continuous operational service for Asylum and V&C Operations from January 2022 to 2023. The core components of the project include: * Digital Audio Recording Software; Capture the audio from all participants whether they are present in the host room or joining remotely via MS Teams. It will allow control of the audio (e.g. pause) during the interview and will link to the Interview Record Forms software. * Interview Records Software: Capture typed information during the interview in relation to the interview including information about the interview, the participants and the questions, statements and response made during the interview. * Cloud Hosted Storage: The audio record and the interview record forms will be saved and stored to cloud-hosted storage on completion of the interview or, if offline, when later connected to the network * Management Information: The solution must provide reports of all digital interviews undertaken with filtering and sorting by all metadata data captured during interviewing and any automatically applied grouped by business area/team responsible. * RBAC: The solution shall have Role-based User Access Control which will allow specific user roles to be defined - each with a specific set of permissions within the system * Auto Transcription: Provision of automated transcripts from the recorded interview audio including all audio spoken during the interview in the English language only.",
"value": {
"amount": 2500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The ITT Evaluation approach is detailed in the procurement documentation, which will be available to suppliers who express interest as per the process set out above. ITT responses will be evaluated, and the 4 x Bidders with the highest scores will be invited to a final round of Bidder presentations, where an additional 15% of the total evaluation mark is available. Following Bidder presentations, the final combined score will be used to identify the preferred Bidder."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70%"
},
{
"name": "Presentation",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "quality",
"description": "30%"
},
{
"type": "price",
"description": "100"
}
]
}
},
{
"id": "Not applicable",
"title": "Proc 645 Digital Interviewing",
"description": "Further to a Prior Information Notice (PIN) ref: CF-0160200D58000000L5A4EAK1 issued on 22 April 2021, The Authority is undertaking this tender exercise to appoint suitably capable and experienced provider of a Digital Interviewing solution. It utilises the Restricted Procedure, a multi-stage procurement process that is intended to short list qualified bidders, who will in turn be invited to tender for the contract opportunity. The objective of the Selection Stage is to assess the responses to the SSQ and select Bidders to proceed to the ITT Stage of this procurement. The evaluation panel shall evaluate the SSQ responses using the selection criteria detailed in the SSQ document, which is provided on the Home Office e-sourcing portal. Bidders who pass this SSQ assessment will then be invited to tender.",
"contractPeriod": {
"startDate": "2022-03-17T00:00:00Z",
"endDate": "2025-03-16T23:59:59Z"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "CR0 2EU"
},
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72232000",
"description": "Development of transaction processing and custom software"
}
]
},
{
"id": "Not applicable",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "CR0 2EU"
},
"relatedLot": "Not applicable"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://homeoffice.app.jaggaer.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "contract performance requirements are set out within the draft contract and relevant schedules. N.B. the draft Contract is based on the Crown Mid-Tier Model contract",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "PIN previously published (reference CF-0160200D58000000L5A4EAK1), and the Authority is using electronic tendering via its e-Sourcing portal."
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-06-25T23:59:00+01:00"
},
"secondStage": {
"invitationDate": "2021-07-26T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-20263",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"locality": "Croydon",
"region": "UK",
"postalCode": "CR0 2EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ben Spencer",
"email": "benjaminluke.spencer@homeoffice.gov.uk",
"url": "https://homeoffice.app.jaggaer.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Immigration, Citizenship and Borders"
}
]
}
},
{
"id": "GB-FTS-20264",
"name": "Secretary of State for the Home Department (Commercial Directorate)",
"identifier": {
"legalName": "Secretary of State for the Home Department (Commercial Directorate)"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-48353",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "Home Office",
"locality": "Croydon",
"region": "UK",
"postalCode": "CR0 2EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Zobair Mehmood",
"email": "zobair.mehmood@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"buyerProfile": "https://homeoffice.app.jaggaer.com",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Immigration, Citizenship and Borders"
}
]
}
},
{
"id": "GB-FTS-48354",
"name": "Business Systems (UK) Ltd",
"identifier": {
"legalName": "Business Systems (UK) Ltd",
"id": "2199582"
},
"address": {
"streetAddress": "462 London Road",
"locality": "Isleworth",
"region": "UKI",
"postalCode": "TW7 4ED",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-1007",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Asylum Support Procurement Team",
"email": "asylumsupportprocurementteam@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office"
}
},
{
"id": "GB-FTS-1126",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1007",
"name": "Home Office"
},
"language": "en",
"awards": [
{
"id": "008543-2022-Proc 645-1",
"relatedLots": [
"1"
],
"title": "Digital Interviewing",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48354",
"name": "Business Systems (UK) Ltd"
}
]
},
{
"id": "035145-2026-C20887-1",
"relatedLots": [
"Not applicable"
],
"title": "Proc 645 Digital Interviewing",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48354",
"name": "Business Systems (UK) Ltd"
}
]
}
],
"contracts": [
{
"id": "008543-2022-Proc 645-1",
"awardID": "008543-2022-Proc 645-1",
"title": "Digital Interviewing",
"status": "active",
"value": {
"amount": 1861264.68,
"currency": "GBP"
},
"dateSigned": "2021-12-24T00:00:00Z"
},
{
"id": "035145-2026-C20887-1",
"awardID": "035145-2026-C20887-1",
"title": "Proc 645 Digital Interviewing",
"status": "active",
"value": {
"amount": 4568964.65,
"currency": "GBP"
},
"dateSigned": "2023-03-17T00:00:00Z",
"period": {
"startDate": "2022-03-17T00:00:00Z",
"endDate": "2026-09-30T23:59:59+01:00"
},
"items": [
{
"id": "Not applicable",
"title": "Proc 645 Digital Interviewing",
"classification": {
"scheme": "CPV",
"id": "72232000",
"description": "Development of transaction processing and custom software"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "Not applicable"
}
],
"amendments": [
{
"id": "1",
"description": "The contract has been modified to extend the Transition Assistance Period (TAP) on a phased basis, comprising an initial three-month extension, followed by up to three optional additional one-month extensions. The initial three-month extension will be implemented to support the orderly transition of the Digital Interviewing service to an in-house delivery model and ensure continuity of service. The subsequent three one-month extensions are optional and may be exercised at the Authority's discretion where required, depending on the progress of transition activities. The modification relates to the continuation of existing exit and transition support services only and does not change the overall nature of the contract. The estimated value of the modification reflects the maximum potential duration of the TAP extension (i.e. up to six months in total). The actual duration may be shorter if transition activities are completed earlier and the optional extension periods are not exercised. The contract has previously been subject to contract change notices relating to contract value adjustments and extensions in accordance with the contract provisions. This modification does not introduce any new services beyond those already provided for within the contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The extension is required to ensure continuity of digital interviewing services during the transition to an in-house delivery model. The additional transition and exit support services have become necessary to complete the transfer of the service and can only be provided by the incumbent supplier due to their technical knowledge of the existing solution, configuration and operational processes. A change of contractor for this limited period is not feasible for technical and economic reasons and would result in significant operational risk, service disruption and duplication of mobilisation and knowledge transfer costs. The value of the modification remains within the 50% threshold permitted under Regulation 72(1)(b) of the Public Contracts Regulations (PCR) 2015 and does not alter the overall nature of the contract."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://www.find-tender.service.gov.uk/Notice/008543-2022"
}
]
}