Tender

https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

03 Oct 2024 at 15:52

Summary of the contracting process

The Home Office has initiated an active tender for software integration consultancy services under the Migration and Borders Technology Portfolio (MBTP). The scope includes significant technology programmes like the Immigration Platform Technology (IPT) and Future Borders and Immigration System (FBIS). This tender is classified under the CPV code 72227000 and is a services category valued between £20-25 million. The works will cover essential infrastructure involving cloud and on-premise systems. The procurement stage is currently at the tender phase, with submissions to be made electronically or in writing by 31 October 2024. The contract is set to start on 14 November 2024 and will last for a minimum three-year period, with potential extensions up to two additional years.

This tender offers substantial opportunities for businesses specialising in digital transformation, software development, and technology support services. Companies experienced in government technology programmes, specifically those adept in digital leadership and high-availability systems, will find this an excellent growth avenue. Firms equipped to provide digital outcomes within the scope of the Future Borders and Immigration System (FBIS) roadmap will be well-positioned to compete. The contract demands services such as system software acceptance testing, transaction processing software development, and 24/7 operational support, making it ideal for businesses with robust, scalable technology solutions. Working with the Home Office, headquartered in London, the selected supplier will play a critical role in shaping national infrastructure

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

https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-

Notice Description

Within DDaT the Migration and Borders Technology Portfolio (MBTP) encompasses all technology delivery and support for Migration, Asylum, and Border control. This includes the delivery of major technology programmes including Immigration Platform Technology (IPT), Future Borders and Immigration System (FBIS) and the New Plan for Immigration (NPI). MBTP is organised in a product-centric way, with business requirements met where possible by leveraging a set of strategic technology products. These products are organised across sets of related 'product families, with the Crossing the Border product family being one of these. Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.

Lot Information

Lot 1

Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model. The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The system is critical national infrastructure, incorporating official and secret data sets and related processes. Outlined is the Home Office Migration and Borders Technology Portfolio (MBTP) requirement, for an experienced Digital Supplier that can provide Transition and Transformation Leadership for the development, management, and improvements to a range of Digital Outcomes within the Future Borders and Immigration (FBIS) roadmap. Working collaboratively with the Home Office to deliver our vision for FBIS. Transition and Transformation Leadership for FBIS Digital, Data and Technology ("DDaT") directorate provide programme delivery, management, governance, and assurance across digital delivery in the FBIS DDaT programme. This document sets out the requirements for a Supplier to deliver the Transition and Transformation Leadership services for a minimum of 3 years from the start of the Contract with a possible 2-year extension options under Technology Services 3 Framework Agreement. It has been split into core requirements specific to the FBIS DDaT Outcomes within MBTP and general requirements which apply to all product families across DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required. Additional information: Estimated value of contract is PS20-25 million

Renewal: Extension provision for an additional 1 + 1 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04a5a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031784-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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

72226000 - System software acceptance testing consultancy services

72227000 - Software integration consultancy services

72232000 - Development of transaction processing and custom software

72261000 - Software support services

72262000 - Software development services

72265000 - Software configuration services

Notice Value(s)

Tender Value
£25,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20241 years ago
Submission Deadline
31 Oct 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Not specified
Contact Email
george.jones3@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-04a5a2-2024-10-03T16:52:06+01:00",
    "date": "2024-10-03T16:52:06+01:00",
    "ocid": "ocds-h6vhtk-04a5a2",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04a5a2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72227000",
            "description": "Software integration consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Within DDaT the Migration and Borders Technology Portfolio (MBTP) encompasses all technology delivery and support for Migration, Asylum, and Border control. This includes the delivery of major technology programmes including Immigration Platform Technology (IPT), Future Borders and Immigration System (FBIS) and the New Plan for Immigration (NPI). MBTP is organised in a product-centric way, with business requirements met where possible by leveraging a set of strategic technology products. These products are organised across sets of related 'product families, with the Crossing the Border product family being one of these. Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.",
        "value": {
            "amount": 25000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model. The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The system is critical national infrastructure, incorporating official and secret data sets and related processes. Outlined is the Home Office Migration and Borders Technology Portfolio (MBTP) requirement, for an experienced Digital Supplier that can provide Transition and Transformation Leadership for the development, management, and improvements to a range of Digital Outcomes within the Future Borders and Immigration (FBIS) roadmap. Working collaboratively with the Home Office to deliver our vision for FBIS. Transition and Transformation Leadership for FBIS Digital, Data and Technology (\"DDaT\") directorate provide programme delivery, management, governance, and assurance across digital delivery in the FBIS DDaT programme. This document sets out the requirements for a Supplier to deliver the Transition and Transformation Leadership services for a minimum of 3 years from the start of the Contract with a possible 2-year extension options under Technology Services 3 Framework Agreement. It has been split into core requirements specific to the FBIS DDaT Outcomes within MBTP and general requirements which apply to all product families across DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required. Additional information: Estimated value of contract is PS20-25 million",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension provision for an additional 1 + 1 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72226000",
                        "description": "System software acceptance testing consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72232000",
                        "description": "Development of transaction processing and custom software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72261000",
                        "description": "Software support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72265000",
                        "description": "Software configuration services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk/web/login.html",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-31"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-11-14T17:00:00Z"
        },
        "bidOpening": {
            "date": "2024-11-14T17:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1619",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "George.Jones3@homeoffice.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-569",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1619",
        "name": "Home Office"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://www.gov.uk/government/publications/open-standards-for-government/open-contracting-data-standard-profile#:~:text=You%20can%20use%20the%20OCDS%20for:%20planning%20-"
        }
    ],
    "language": "en"
}