Tender

Core Services Integrator (CSI)

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

03 Jan 2025 at 09:59

Summary of the contracting process

The Home Office is initiating a competitive procurement for the role of Core Services Integrator (CSI) to support its International Strategy and Capabilities Unit. This tender falls under the category of Business Development Consultancy Services (CPV: 79411100) and is crucial to ensuring service integration and operational assurance for ISC activities. The procurement process is at the tender stage, managed through a negotiated procedure with prior publication under DSPCR 2011. The contract has a projected value of £9,600,000 and spans 24 months with an optional 12-month extension, facilitated electronically via the Home Office's eSourcing Portal. Important deadlines include the tender period ending on 3rd February 2025 at 16:00 UTC.

This tender represents a significant opportunity for businesses specialising in development, integration, and operational assurances within the realm of business development consultancy. Particularly, companies capable of managing large-scale, international security capability projects will find this contract fitting. Suitable contenders are those with strategic capabilities in managing cross-border security initiatives and who can comply with rigorous evaluation criteria, proceeding from the Supplier Qualification stage to the Invitation to Negotiate (ITN) phase. Businesses with strengths in risk identification, quality management, and performance monitoring will be well-placed to benefit from this procurement, facilitating growth through government collaboration and long-term project engagements.

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

Core Services Integrator (CSI)

Notice Description

This Contract Notice outlines the Home Office's intent to competitively assess, select and award a contract to deliver the Core Services Integrator requirement. The Home Office has international objectives to reduce threat upstream, protect citizens at home and abroad, and secure the borders. These cross-cutting objectives include Counter Terrorism, Serious and Organised Crime, child sexual exploitation, cybercrime, illegal and organised migration and border-security. The International Strategy and Capabilities (ISC) Unit focuses on long-term multi-year transformational projects that build close working relationships with other Governments and deliver lasting, sustainable effect overseas. This includes Government to Government (G2G) agreements delivering specialist capacity programmes and advisory services to progressively develop security capabilities in line with international human rights agreements. The International Strategy and Capabilities (ISC) Unit sets the Home Office International Strategic Objectives and desired outcomes which are issued to a combination of managed service providers, training suppliers, delivery partners, and consultancies. Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives. The duration of the contract will be up to 24 months from the date of contract, with an option for a 12-month extension. More details of the Core Services Integrator requirement are provided in the Supplier Qualification Pack on the Core Services Integrator Opportunity Listing on the Jaggaer Portal. The competitive procurement will be managed in accordance with the Negotiated Procedure with prior publication under DSPCR 2011. The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses. This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in the Supplier Qualification stage of this procurement, participants must first be registered on the eSourcing Portal and sign the Non-Disclosure Agreement (NDA). To participate in the ITN stage of this procurement a subsequent NDA must be signed. 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. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and, the Home Office will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. 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).

Lot Information

Lot 1

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

Options: The contract will run for an initial period of 2 years, with an option to extend by 1 extension period of 1 year

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04cd4e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000062-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79411100 - Business development consultancy services

Notice Value(s)

Tender Value
£9,600,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jan 20251 years ago
Submission Deadline
3 Feb 2025Expired
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
samra-boone.kamaldeep@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 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
Not specified

Local Authority
Westminster
Electoral Ward
St James's
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-h6vhtk-04cd4e-2025-01-03T09:59:06Z",
    "date": "2025-01-03T09:59:06Z",
    "ocid": "ocds-h6vhtk-04cd4e",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04cd4e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Core Services Integrator (CSI)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79411100",
            "description": "Business development consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "This Contract Notice outlines the Home Office's intent to competitively assess, select and award a contract to deliver the Core Services Integrator requirement. The Home Office has international objectives to reduce threat upstream, protect citizens at home and abroad, and secure the borders. These cross-cutting objectives include Counter Terrorism, Serious and Organised Crime, child sexual exploitation, cybercrime, illegal and organised migration and border-security. The International Strategy and Capabilities (ISC) Unit focuses on long-term multi-year transformational projects that build close working relationships with other Governments and deliver lasting, sustainable effect overseas. This includes Government to Government (G2G) agreements delivering specialist capacity programmes and advisory services to progressively develop security capabilities in line with international human rights agreements. The International Strategy and Capabilities (ISC) Unit sets the Home Office International Strategic Objectives and desired outcomes which are issued to a combination of managed service providers, training suppliers, delivery partners, and consultancies. Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives. The duration of the contract will be up to 24 months from the date of contract, with an option for a 12-month extension. More details of the Core Services Integrator requirement are provided in the Supplier Qualification Pack on the Core Services Integrator Opportunity Listing on the Jaggaer Portal. The competitive procurement will be managed in accordance with the Negotiated Procedure with prior publication under DSPCR 2011. The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses. This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in the Supplier Qualification stage of this procurement, participants must first be registered on the eSourcing Portal and sign the Non-Disclosure Agreement (NDA). To participate in the ITN stage of this procurement a subsequent NDA must be signed. 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. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and, the Home Office will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. 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).",
        "value": {
            "amount": 9600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.",
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Up to five, but at least three of the highest scoring compliant suppliers at the Supplier Qualification stage will be taken through to the Invitation to Negotiate (ITN) phase of the competition. The full requirement will be issued in the ITN and suppliers will be given appropriate time to respond with their initial tenders. The Home Office will complete a tender evaluation against the evaluation strategy detailed in the ITN. Following the evaluation of initial tenders, each tender will be ranked in accordance with the evaluation methodology. A final evaluation will be undertaken by the Home Office and the contract awarded against the evaluation methodology. The Home Office intends to utilise a (Best and Final Offer) BAFO methodology to award the contract. The Home Office reserves the right to award the contract based on initial tenders without negotiation to the tenderer who submits the best compliant tender in accordance with the published award criteria."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will run for an initial period of 2 years, with an option to extend by 1 extension period of 1 year"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As per tender documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "As per tender documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As per tender documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As per tender documentation"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "tenderPeriod": {
            "endDate": "2025-02-03T16:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "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": {
                "email": "Samra-Boone.Kamaldeep@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com"
            },
            "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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-86427",
            "name": "The Secretary of State for the Home Department (The Home Office)",
            "identifier": {
                "legalName": "The Secretary of State for the Home Department (The Home Office)"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1007",
        "name": "Home Office"
    },
    "language": "en"
}