Notice Information
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
Notice Details
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
Buyer & Supplier
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
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-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"
}