Tender

Environment, Build, Support and Administration (EBSA)

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

03 Oct 2025 at 15:27

Summary of the contracting process

The Home Office invites bids for the Environment, Build, Support and Administration (EBSA) project, which falls under the services category and involves programming services of systems and user software. This tender is part of a selective procurement process using a restricted procedure and is governed by the Public Contracts Regulations 2015. The procurement is open for submissions until 17 October 2025, with the invitation for the second stage set for 20 October 2025. The EBSA project involves delivering a managed service for an AWS cloud platform to support a myriad of projects and programmes linked with HMPO, Borders, and Immigration systems. The contract will initially be for four years with an optional one-year extension, managed under the terms of RM6100 Technology Services 3 – Lot 3d.

This tender presents significant opportunities for businesses specializing in cloud infrastructure support, system quality assurance, business analysis consultancy, and systems consultancy services. Companies experienced in delivering product-centric managed services and complying with stringent security requirements are ideally positioned to compete. The successful bidder will play a crucial role in enhancing the cloud platform's performance, security, and cost-effectiveness, ensuring near 24/7 platform availability. This contract can aid businesses in expanding their expertise in government IT projects and strengthen their portfolio in public sector services, providing a pathway to potential future government collaborations.

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

Environment, Build, Support and Administration (EBSA)

Notice Description

Background to Requirement EBSA key information EBSA hosts around 250 project teams, 3,000 users, and at least 10 major programmes. Supports the onboarding and integrations for delivery of HMPO, Borders, and Immigration systems including ETA scaling. Supports multiple tenancy in a secure manner that adheres to the security requirements for each programme of work; and Provides service management of the services hosted on EBSA. The existing EBSA Managed Service is being provided by Capgemini. The successful bidder will be required to provide a product centric managed service for an AWS cloud platform. This will involve ensuring optimal performance, security, and cost-efficiency. Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, and troubleshooting. The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of DDaT, and help with cloud strategy, scalability, and resource optimisation for seamless operations.

Lot Information

Lot 1

The Opportunity This procurement will establish a contract for the purchase of Services as described within the published ITT Services Specification. The Contract will be for an Initial Term of four (4) year with an option to extend for an optional one (1) year. The Contract is being offered under the terms of RM6100 Technology Services 3 - Lot 3d, which will govern any resultant contract. The Contracting Authority is managing this procurement in accordance with the Public Contracts Regulations 2015. This is a call off contract and as such the Contracting Authority cannot guarantee volumes of work or minimum revenue/spend commitment under the Contract.

Renewal: 1 Year Optional extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a842
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/062299-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted 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

72211000 - Programming services of systems and user software

72221000 - Business analysis consultancy services

72225000 - System quality assurance assessment and review services

72243000 - Programming services

72246000 - Systems consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20254 months ago
Submission Deadline
17 Oct 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
ebsa.commercial@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-05a842-2025-10-03T16:27:07+01:00",
    "date": "2025-10-03T16:27:07+01:00",
    "ocid": "ocds-h6vhtk-05a842",
    "initiationType": "tender",
    "tender": {
        "id": "Project_9595",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Environment, Build, Support and Administration (EBSA)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72211000",
            "description": "Programming services of systems and user software"
        },
        "mainProcurementCategory": "services",
        "description": "Background to Requirement EBSA key information EBSA hosts around 250 project teams, 3,000 users, and at least 10 major programmes. Supports the onboarding and integrations for delivery of HMPO, Borders, and Immigration systems including ETA scaling. Supports multiple tenancy in a secure manner that adheres to the security requirements for each programme of work; and Provides service management of the services hosted on EBSA. The existing EBSA Managed Service is being provided by Capgemini. The successful bidder will be required to provide a product centric managed service for an AWS cloud platform. This will involve ensuring optimal performance, security, and cost-efficiency. Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, and troubleshooting. The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of DDaT, and help with cloud strategy, scalability, and resource optimisation for seamless operations.",
        "lots": [
            {
                "id": "1",
                "description": "The Opportunity This procurement will establish a contract for the purchase of Services as described within the published ITT Services Specification. The Contract will be for an Initial Term of four (4) year with an option to extend for an optional one (1) year. The Contract is being offered under the terms of RM6100 Technology Services 3 - Lot 3d, which will govern any resultant contract. The Contracting Authority is managing this procurement in accordance with the Public Contracts Regulations 2015. This is a call off contract and as such the Contracting Authority cannot guarantee volumes of work or minimum revenue/spend commitment under the Contract.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1 Year Optional extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72221000",
                        "description": "Business analysis consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72225000",
                        "description": "System quality assurance assessment and review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72243000",
                        "description": "Programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72246000",
                        "description": "Systems consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "1. Non Disclosure Agreement 2. Conflict of interest forms 3. (If required) Ethical Wall agreement To be completed and returned prior to launch and issuing of the full ITT pack. All TS3 Lot 3d suppliers will be sent the above documentation via ebsa.commercial@homeoffice.gov.uk with details of deadlines included. To participate, potential suppliers must first be registered on the eSourcing Portal. If you have not yet registered on the e-sourcing portal, please do so at: https://crowncommercialservice.bravosolution.co.uk/web/login.html 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 that you are registering, which would be entering into a contract if invited to do so. Once you are registered, you may submit any feedback or Clarification Questions via the eSourcing Portal. No Clarification Questions or technical support shall be provided from the EBSA mailbox above. Please note that the Authority will share questions and answers with all participants by default. For technical assistance on the use of the e-sourcing portal, please contact the Bravo supplier helpdesk at info@crowncommercial.gov.uk, Phone :0345 410 2222",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 116,
                "periodRationale": "1 Year optional extension period. Initial term within the 4 years."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-10-17T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-10-20T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-10-30T23:59:59Z"
            }
        },
        "hasRecurrence": true
    },
    "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": "ebsa.commercial@homeoffice.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "buyerProfile": "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-163012",
            "name": "Crown Commercial Services",
            "identifier": {
                "legalName": "Crown Commercial Services"
            },
            "address": {
                "streetAddress": "10 S Colonnade",
                "locality": "London",
                "postalCode": "E14 4PX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/about-ccs"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-27582",
        "name": "Home Office"
    },
    "language": "en"
}