Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
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-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"
}