Planning

Open Source Intelligence (OSINT)

HOME OFFICE

This public procurement record has 1 release in its history.

Planning

04 Aug 2025 at 14:58

Summary of the contracting process

The Home Office, located in London, UK, is currently in the planning stage for a tender titled "Open Source Intelligence (OSINT)" under the industry category of surveillance services. This initiative aims to procure various specialist intelligence services including social media analysis and geospatial data analysis, which are crucial for border security. The procurement is set within the services category and is valued at approximately £33 million over a potential three-year period. The main procurement method involves registering with the Constellia Neutral Vendor Framework for Innovation (NVFi). Key dates include the cut-off for expressing interest by 18th August 2025 and onboarding by 25th August 2025, with a supplier engagement event expected in early September 2025.

This procurement creates valuable opportunities for businesses focused on intelligence and digital innovation. Companies that specialise in handling sensitive information and adapting to emerging digital threats will find this tender particularly advantageous. Participation requires onboarding onto a specialised framework that ensures compliance and the capability to manage official sensitive information. This setup benefits both small and large enterprises seeking to expand their footprint in government contracts related to intelligence and surveillance services, thereby fostering innovation and growth within the sector.

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

Open Source Intelligence (OSINT)

Notice Description

The Home Office intends to procure various specialist intelligence services, which deliver open-source intelligence (OSINT), social media analysis, geospatial analysis of data and other capabilities. The requirements are of a particularly sensitive nature and must ensure that any future capabilities are flexible, scalable and aligned with an evolving digital landscape and emerging threats to Border Security. Due to the sensitivities associated with the scope of OSINT requirements, details will only be released during the Market Engagement Event (date TBC) to those suppliers onboarded onto the Constellia Ltd Neutral Vendor Framework for Innovation (NVFi), further details below along with onboarding process. Whilst this framework requires ALL suppliers to be capable of handling Official Sensitive information there may still be a requirement for each supplier to enter into a Non-Disclosure Agreement (NDA) with Constellia prior to any Market Engagement Event.

Lot Information

Lot 1

Constellia facilitates the Neutral Vendor Framework for Innovation (NVFi) by the UK's Ministry of Defence (MOD) to compliantly and transparently increase speed and value for money in digital and innovation procurement as part of the MOD's procurement reform. NVFi is an innovative commercial vehicle developed by Commercial X and the Defence Innovation Unit to accelerate the delivery of novel technological goods and services across government. The NVFi is a Marketplace of pre-accredited Technology Providers which the MOD and pan-government participators can access via Constellia to drive innovation at pace and scale. You can find further general information about the framework here: https://eur01.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.constellia.com%2Fsolutions%2Fpublic-sector-solutions%2Fneutral-vendor-framework-for-innovation-nvfi%2F&data=05%7C02%7Cnvfi-support%40constellia.com%7C9be0348aab1b4b0d9e1808ddad897abf%7Cf107e4c1ba714ac99206b04fe54a2ce1%7C0%7C0%7C638857528803870395%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=mwr0YksrEH%2BighjsO4%2BiRHoSAxAMnyw%2BCeX8iOnVW%2FQ%3D&reserved=0. The registration process involves creating a supplier profile on the Marketplace platform and completing several registration sections. To register: Sign In | NVFI Framework (nvfi-framework.com) http://www.nvfi-framework.com/ Please select 'Create a Supplier account' to begin. The NVFI Registration Sections are as follows: Organisation details Immediate Parent Company Contact details & declaration Ultimate Parent Company Person of significant control Mandatory & Discretionary questions Modern Slavery Insurances (self-certification & Documents) Health & Safety Cyber security Social Value Quality Management Skills & Apprenticeships Bank details & Proof of bank account Supplier Agreement & MOD Addendum (sent via DocuSign) Please note, when you register to onboard, you will be sent the Constellia Supplier Agreement terms and conditions and the MOD addendum via an email from DocuSign (combined as one envelope). This will be sent to the email address that is used to create new log in details and set up the supplier profile on the platform. We cannot accept amendments to either document, please sign and submit these at your earliest convenience. The signature of both documents is a non-negotiable requirement for all suppliers to register successfully. When you are awarded a contract, a project specific Statement of Work will be created which will address additional clauses for delivery, if applicable. Overall, the supplier registration process is quite self-explanatory and designed to be self-service, but should you need further assistance or have immediate questions, please contact the NVFi Support inbox in the first instance nvfi-support@constellia.com. The potential length of this contract will be 2 years with a further 12 month optional extension period, with an estimated total value of up to cPS33 million if the contract is utilised for 3 years, however, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change. The content of this PIN, may be subject to change. We would also state that publication of this PIN does not guarantee launch of a formal procurement exercise.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05808b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045740-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

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


CPV Codes

35720000 - Intelligence, surveillance, target acquisition and reconnaissance

79714000 - Surveillance services

Notice Value(s)

Tender Value
£33,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
28 Nov 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Not specified
Contact Email
bfprocurementmaritimeteam@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-05808b-2025-08-04T15:58:25+01:00",
    "date": "2025-08-04T15:58:25+01:00",
    "ocid": "ocds-h6vhtk-05808b",
    "description": "The Authority would like to engage with suppliers, to determine the level of interest, capacity and capability to meet the requirements. They would also like to establish the most cost effective way to deliver the requirements, including any alternative or creative solutions. To do this, they would like to engage with the market by inviting interested suppliers to a market engagement event, where the Authority will present their requirements. This may be followed by further market engagement which is yet to be determined, but would likely take the form of a questionnaire to seek the views from the market. The Authority may also hold individual meetings with a select number of suppliers where the Authority would like to explore their responses in more detail. Due to time constraints the Authority may not be able to meet with all suppliers that respond to the questionnaire, if this option is taken. This market engagement and any subsequent activity is for information gathering purposes only, and has no impact on selection or the invitation to tender stage. It is important to note that this PIN is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a notice is published. It should also be noted that this PIN invites individuals and organisations to express an interest in this market engagement exercise only. It is not a pre-qualification questionnaire and is not part of any pre-qualification or selection process. 1. To express an interest in this market engagement, participants are requested to send an expression of interest to the Border Force Maritime procurement inbox BFProcurementMaritimeTeam@homeoffice.gov.uk by 18th August 2025. The subject title of the email should read Open-Source Intelligence (OSINT) - Expression of Interest, and the email should confirm your organisation's name, one contact name, one e-mail address and one telephone number 2. The interested parties, who believe they are able to offer the required services, are then requested to onboard onto the Constellia Neutral Vendor Framework for Innovation (NVFi) by 25th August 2025, as detailed previously, noting that this framework operates a 'perpetual onboarding' facility, allowing suppliers of all sizes to join at any time. Once the above two steps are completed, invitations to the Market Engagement Event will be made available via Constellia, subject to confirmation on the need for a NDA. The date for the Virtual Supplier Engagement Event is yet to be confirmed but is anticipated early September 2025, but this is subject to change. The Authority has determined that the Constellia Neutral Vendor Framework for Innovation (NVFi) is the most appropriate route to market , so any potential bidders will need to be registered on this Framework when the Authority commences their tendering process.",
    "initiationType": "tender",
    "tender": {
        "id": "Project 19419",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Open Source Intelligence (OSINT)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "79714000",
            "description": "Surveillance services"
        },
        "mainProcurementCategory": "services",
        "description": "The Home Office intends to procure various specialist intelligence services, which deliver open-source intelligence (OSINT), social media analysis, geospatial analysis of data and other capabilities. The requirements are of a particularly sensitive nature and must ensure that any future capabilities are flexible, scalable and aligned with an evolving digital landscape and emerging threats to Border Security. Due to the sensitivities associated with the scope of OSINT requirements, details will only be released during the Market Engagement Event (date TBC) to those suppliers onboarded onto the Constellia Ltd Neutral Vendor Framework for Innovation (NVFi), further details below along with onboarding process. Whilst this framework requires ALL suppliers to be capable of handling Official Sensitive information there may still be a requirement for each supplier to enter into a Non-Disclosure Agreement (NDA) with Constellia prior to any Market Engagement Event.",
        "value": {
            "amount": 33000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Constellia facilitates the Neutral Vendor Framework for Innovation (NVFi) by the UK's Ministry of Defence (MOD) to compliantly and transparently increase speed and value for money in digital and innovation procurement as part of the MOD's procurement reform. NVFi is an innovative commercial vehicle developed by Commercial X and the Defence Innovation Unit to accelerate the delivery of novel technological goods and services across government. The NVFi is a Marketplace of pre-accredited Technology Providers which the MOD and pan-government participators can access via Constellia to drive innovation at pace and scale. You can find further general information about the framework here: https://eur01.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.constellia.com%2Fsolutions%2Fpublic-sector-solutions%2Fneutral-vendor-framework-for-innovation-nvfi%2F&data=05%7C02%7Cnvfi-support%40constellia.com%7C9be0348aab1b4b0d9e1808ddad897abf%7Cf107e4c1ba714ac99206b04fe54a2ce1%7C0%7C0%7C638857528803870395%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=mwr0YksrEH%2BighjsO4%2BiRHoSAxAMnyw%2BCeX8iOnVW%2FQ%3D&reserved=0. The registration process involves creating a supplier profile on the Marketplace platform and completing several registration sections. To register: Sign In | NVFI Framework (nvfi-framework.com) http://www.nvfi-framework.com/ Please select 'Create a Supplier account' to begin. The NVFI Registration Sections are as follows: Organisation details Immediate Parent Company Contact details & declaration Ultimate Parent Company Person of significant control Mandatory & Discretionary questions Modern Slavery Insurances (self-certification & Documents) Health & Safety Cyber security Social Value Quality Management Skills & Apprenticeships Bank details & Proof of bank account Supplier Agreement & MOD Addendum (sent via DocuSign) Please note, when you register to onboard, you will be sent the Constellia Supplier Agreement terms and conditions and the MOD addendum via an email from DocuSign (combined as one envelope). This will be sent to the email address that is used to create new log in details and set up the supplier profile on the platform. We cannot accept amendments to either document, please sign and submit these at your earliest convenience. The signature of both documents is a non-negotiable requirement for all suppliers to register successfully. When you are awarded a contract, a project specific Statement of Work will be created which will address additional clauses for delivery, if applicable. Overall, the supplier registration process is quite self-explanatory and designed to be self-service, but should you need further assistance or have immediate questions, please contact the NVFi Support inbox in the first instance nvfi-support@constellia.com. The potential length of this contract will be 2 years with a further 12 month optional extension period, with an estimated total value of up to cPS33 million if the contract is utilised for 3 years, however, the Authority is seeking to ensure that an increase or decrease in contract capability is available, should the future demand change. The content of this PIN, may be subject to change. We would also state that publication of this PIN does not guarantee launch of a formal procurement exercise.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35720000",
                        "description": "Intelligence, surveillance, target acquisition and reconnaissance"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-27582",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "BFProcurementMaritimeTeam@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "buyerProfile": "https://homeoffice.app.jaggaer.com/web/login.html",
                "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-27582",
        "name": "Home Office"
    },
    "language": "en"
}