{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e9be-2026-03-23T15:46:48Z",
    "date": "2026-03-23T15:46:48Z",
    "ocid": "ocds-h6vhtk-04e9be",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWGC-6513-PQLZ",
            "name": "Home Office",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWGC-6513-PQLZ"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "brigitte.deshong@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWGC-6513-PQLZ",
        "name": "Home Office"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Background: Following the initial round of market engagement, we have refined elements of the proposed procurement strategy, including the lot structure, supplier qualification criteria, and delivery model. We are now seeking supplier input to ensure the approach is commercially viable, proportionate, and aligned with market capabilities. Purpose of the Event: Present the updated proposal, including the revised lot structure and qualification criteria. Seek supplier feedback on the feasibility, clarity, and potential impact of the proposed approach. Understand any barriers to participation and gather suggestions for improvement. Gauge market interest and capacity to deliver the requirements. The event will be held via MS Teams and will take place on 15 September 2025 at 1500 UK time. Should you wish to attend please contact samra-boone.kamaldeep@homeoffice.gov.uk This notice is solely for the purpose of engaging the market to gather information. It does not constitute a call for competition or form part of any formal procurement process. Participation in this engagement will not confer any advantage or disadvantage in any future procurement, nor will it bind the Authority to proceed with any specific course or action.",
                "dueDate": "2025-08-28T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "008021-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008021-2025",
                "datePublished": "2025-03-05T12:00:33Z",
                "format": "text/html"
            },
            {
                "id": "008027-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008027-2025",
                "datePublished": "2025-03-05T12:08:01Z",
                "format": "text/html"
            },
            {
                "id": "013333-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013333-2025",
                "datePublished": "2025-04-07T11:27:00+01:00",
                "format": "text/html"
            },
            {
                "id": "043349-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043349-2025",
                "datePublished": "2025-07-28T10:57:31+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Project_17923",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Security Advisory and Training Framework",
        "description": "The procurement is for the establishment of a multi-supplier framework agreement for the provision of security advisory, training, and turnkey international capability-building services to support the Home Office's International Strategy and Capabilities (ISC) Unit. The framework will cover the provision of services across three lots: Lot 1 - Advisory: provision of specialist individuals or teams delivering strategic, technical, and operational advisory services. Lot 2 - Training: design and delivery of training programmes in the UK and internationally, including bespoke course development and delivery. Lot 3 - Turnkey: partial or full end-to-end delivery of programmes, combining advisory and training services with operational support such as accommodation, transport, security, logistics, and local services. Services may be delivered across the following thematic areas, as applicable to the relevant lot: - Policing - Fire and Rescue - Enabling Functions - Strategic Intelligence and Threat Assessment - Border Security and Illegal Migration - National Risk and Resilience - Operational Support (Lot 3 only) The framework does not commit the Authority to any minimum level of spend or volume of work. Services will be commissioned on a call-off basis only, following further competition under the framework. Call-off contracts may be awarded for delivery in the UK and overseas, depending on operational requirements. Supply will be on a rate-card basis, with pricing and delivery models tailored at call-off stage. Call-off contracts may use fixed price, capped time-and-materials, milestone-based, or output-based payment mechanisms, as specified in the call-off documentation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75242100",
                        "description": "Public-order services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79430000",
                        "description": "Crisis management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80330000",
                        "description": "Safety education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341100",
                        "description": "Accommodation management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60171000",
                        "description": "Hire of passenger cars with driver"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75242100",
                        "description": "Public-order services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79430000",
                        "description": "Crisis management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80330000",
                        "description": "Safety education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341100",
                        "description": "Accommodation management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60171000",
                        "description": "Hire of passenger cars with driver"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75242100",
                        "description": "Public-order services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79430000",
                        "description": "Crisis management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80330000",
                        "description": "Safety education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341100",
                        "description": "Accommodation management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60171000",
                        "description": "Hire of passenger cars with driver"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 144000000,
            "amount": 120000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 130,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "The framework will operate as an open framework under the Procurement Act 2023. Suppliers will be appointed following a competitive flexible procedure. Call-off contracts will be awarded by further competition among suppliers appointed to the relevant lot(s) and theme(s). Pricing will be based on a framework rate card, with call-off contracts using fixed price, capped time and materials, milestone-based or output-based payment mechanisms as specified in the call-off documentation. The framework does not commit the Authority to any minimum volume or value of work.",
                "openFrameworkSchemeEndDate": "2033-01-31T23:59:59+00:00"
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-02-01T00:00:00+00:00",
                    "endDate": "2030-01-31T23:59:59+00:00"
                },
                "status": "active",
                "title": "Advisory Services",
                "description": "Provision of specialist individuals or teams delivering strategic, technical and operational advisory services to support international security and capability-building programmes. Services include expert advice, policy and capability development, programme design, assurance, mentoring and strategic support across defined thematic areas, delivered in the UK and overseas as required.",
                "value": {
                    "amountGross": 144000000,
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Assessment of technical capability, relevant experience, delivery approach, international delivery expertise, mobilisation, risk management and safeguarding, and alignment with the Statement of Requirements.",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must meet the authority's conditions of participation including mandatory and discretionary exclusion grounds under the Procurement Act 2023, minimum economic and financial standing requirements, appropriate insurance levels, and acceptance of the framework terms and conditions. Bidders must demonstrate financial resilience proportionate to the advisory services being procured."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must demonstrate technical and professional ability to deliver advisory services relevant to the thematic areas applied for, including evidence of comparable advisory delivery, appropriately qualified subject matter experts, and the ability to operate in international and government-to-government contexts. Personnel delivering services under call-off contracts must meet applicable security clearance requirements."
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Training Services",
                "description": "Design and delivery of training programmes in the UK and internationally, including bespoke course development, localisation, translation and interpretation support, assessment, and flexible delivery models. Services support international capability-building and professional development across defined thematic areas.",
                "status": "active",
                "value": {
                    "amountGross": 144000000,
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Assessment of training design, delivery methodology, instructional capability, quality assurance, international delivery experience, mobilisation approach, and alignment with the Statement of Requirements.",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must meet the authority's conditions of participation including exclusion grounds, minimum economic and financial standing requirements, insurance, and acceptance of framework terms. Financial standing must be proportionate to the training services and delivery scale proposed."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must demonstrate experience and capability in designing and delivering training programmes relevant to the thematic areas applied for, including evidence of comparable training delivery, qualified instructors, quality assurance processes, and international delivery capability. Personnel must meet applicable security clearance requirements prior to mobilisation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-02-01T00:00:00+00:00",
                    "endDate": "2030-01-31T23:59:59+00:00"
                }
            },
            {
                "id": "3",
                "title": "Turnkey Services",
                "description": "Provision of partial or full end-to-end delivery of international capability-building programmes, combining advisory and training services with operational support. Operational support may include accommodation, transport, security, logistics, local services and programme management, delivered in complex international environments.",
                "status": "active",
                "value": {
                    "amountGross": 144000000,
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Assessment of integrated delivery capability, operational management, international experience, mobilisation and continuity planning, risk and safeguarding arrangements, and alignment with the Statement of Requirements.",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Assessment of pricing based on the framework rate card and pricing template, evaluated in accordance with the published pricing methodology.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must meet the authority's conditions of participation including exclusion grounds, enhanced economic and financial standing requirements proportionate to full service delivery, appropriate insurance cover, and acceptance of the framework terms. Financial resilience must be sufficient to support operational delivery in international environments."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must demonstrate capability to deliver integrated advisory, training and operational support services, including experience of managing end-to-end international programmes, operational logistics, duty of care, safeguarding, and risk management. Bidders must evidence capability across multiple thematic areas, including operational support, and meet applicable security clearance requirements."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-02-01T00:00:00+00:00",
                    "endDate": "2030-01-31T23:59:59+00:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-05T23:59:59+00:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "008027-2025",
                "description": "Removal of word 'Agreement' in Engagement process description"
            }
        ],
        "specialRegime": [
            "lightTouch"
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Home Office will conduct this procurement using the Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023. The procedure is structured in defined stages to enable proportionate assessment, down-selection, and competition, while retaining flexibility to ensure value for money and adequate thematic coverage. Stage 1 - Participation Stage (Procurement Specific Questionnaire - PSQ) All interested suppliers may submit a Procurement Specific Questionnaire (PSQ). This stage will assess eligibility and conditions of participation, including mandatory and discretionary exclusion grounds, economic and financial standing, technical and professional ability, security and compliance requirements, and acceptance of the authority's terms and conditions. PSQ assessment will include: - mandatory pass/fail requirements; - non-scored mandatory disclosures; and - scored technical case study questions. Suppliers will be ranked by lot based on PSQ assessment. For each lot, the Authority intends to shortlist up to the following maximum numbers to proceed to the ITT stage: - Lot 1 (Advisory): up to 70 suppliers - Lot 2 (Training): up to 70 suppliers - Lot 3 (Turnkey): up to 15 suppliers Where fewer compliant submissions are received, all compliant suppliers may be invited to the ITT stage. The Authority reserves the right to increase shortlist numbers where necessary to ensure sufficient competition or thematic coverage. Stage 2 - Invitation to Tender (ITT) Suppliers shortlisted from the PSQ stage will be invited to submit tenders. ITT submissions will be evaluated using the Most Advantageous Tender (MAT) approach, combining quality and price in accordance with the published weightings. The ITT evaluation will include: - a compliance and pass/fail qualification envelope; - scored technical questions aligned to the Statement of Requirements; and - a scored pricing submission using a prescribed pricing template. Suppliers will be ranked by lot based on combined technical and commercial scores, subject to moderation. Optional Interview Stage Following ITT evaluation, the Authority may, at its discretion, invite shortlisted suppliers to participate in an interview stage. Interviews will be used to validate and clarify written submissions, test delivery capability, and provide additional assurance where scores are closely ranked or further verification is required. Interview questions will be drawn from the published ITT evaluation criteria and no new award criteria will be introduced. Interview outcomes may result in score adjustments within the published scoring scale, with reasons recorded to ensure transparency and auditability. Down-selection and Contract Award Following ITT evaluation (and any interview stage), suppliers will be ranked by lot. The Authority intends to appoint up to the following maximum numbers to the framework: - Lot 1 (Advisory): up to 60 suppliers - Lot 2 (Training): up to 60 suppliers - Lot 3 (Turnkey): up to 10 suppliers For Lot 1 (Advisory), Bidders are required to demonstrate capability in at least one relevant thematic area in order to qualify for the Lot at PSQ stage. For Lot 2 (Training), Bidders are required to demonstrate capability in at least one relevant thematic area in order to qualify for the Lot at PSQ stage. For Lot 3 (Turnkey), Bidders are required to demonstrate capability across at least four thematic areas, including Operational Support, in order to qualify for the Lot at PSQ stage. Where fewer compliant tenders are received, all suppliers meeting the minimum requirements may be appointed. The Authority reserves the right to increase these numbers where necessary to ensure adequate thematic coverage. Clarification, refinement and flexibility At any stage of the procedure, the Authority may seek clarifications, verify information, and refine or finalise requirements, evaluation methodology, or award criteria, provided this is done transparently and in accordance with the Procurement Act 2023. Clarifications will not permit material changes to tenders. All stages will be conducted in line with the principles of transparency, equal treatment, and proportionality. The Authority reserves the right to amend, add, remove, or combine stages where lawful and appropriate, with any such changes communicated to all affected suppliers. Access to all procurement documents is subject to acceptance of the Authority's Non-Disclosure Agreement (NDA). Some procurement documents are classified OFFICIAL-SENSITIVE and will be clearly identified as such. These documents must be handled in accordance with UK Government information security requirements and must not be disclosed except as permitted under the NDA or required by law. Any failure to comply with the NDA or the handling requirements for OFFICIAL-SENSITIVE information may result in exclusion from the procurement."
        },
        "participationFees": [
            {
                "id": "ocds-h6vhtk-04e9be",
                "type": [
                    "win"
                ],
                "description": "No fees are charged to suppliers for participation in or use of the framework. Suppliers will only be paid for services delivered under call-off contracts awarded through further competition."
            }
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the Home Office e-Sourcing portal (Jaggaer): https://homeoffice.app.jaggaer.com/web/login.html Tenderers must register on the portal to access the procurement documents and submit their responses. All submissions must be completed and formally submitted via the portal by the deadline stated in the tender documents. Submissions sent by email or any other means will not be accepted. The closing date for the PSQ submission is 01 May at 12:00 UK time. To access the PQQ documentation for Lots 1, 2 and/or 3 for this procurement, suppliers must hold an active Home Office e-Sourcing (Jaggaer) account. The Home Office procurement portal can be accessed at https://homeoffice.app.jaggaer.com/web/login.html. Access the relevant Lot documentation by selecting the appropriate link below (please note you must be signed in to Jaggaer when doing this), and by accepting the terms and conditions of the Non-disclosure Agreement: Lot 1 (Advisory): https://homeoffice.app.jaggaer.com/go/36383945019D0BE72305 Lot 2 (Training): https://homeoffice.app.jaggaer.com/go/37240051019D0BE802D2 Lot 3 (Turnkey): https://homeoffice.app.jaggaer.com/go/51658602019D0BE8625D Suppliers must registered for at least one relevant CPV category within their Home Office Jaggaer account to access the links.: 75222000 - Civil defence services - all lots 75241100 - Police services - all lots 75242100 - Public-order services - all lots 79417000 - Safety consultancy services - all lots 79430000 - Crisis management services - all lots 80330000 - Safety education services - all lots 80550000 - Safety training services - all lots 98341100 - Accommodation management services - lot 3 only 60171000 - Hire of passenger cars with driver - lot 3 only 98392000 - Relocation services - lot 3 only Suppliers who are not registered against a relevant category will not be able to view or access the procurement documentation. Suppliers may access and bid for one or more Lots, provided they meet the above requirements. Access to all procurement documents is subject to acceptance of the Authority's Non-Disclosure Agreement (NDA). Some procurement documents are classified OFFICIAL-SENSITIVE and will be clearly identified as such. These documents must be handled in accordance with UK Government information security requirements and must not be disclosed except as permitted under the NDA or required by law. Any failure to comply with the NDA or the handling requirements for OFFICIAL-SENSITIVE information may result in exclusion from the procurement.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-01T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-17T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-30T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Further procurement documents will be made available electronically via the Home Office e-Sourcing portal (Jaggaer). Bidders must register on the Jaggaer portal to access and download all subsequent documents, including any updates, clarifications, and documents issued at later stages of the procurement (e.g. ITT documentation). All documents will be issued and accessed solely through the Jaggaer portal. Documents will not be provided by email or any other means."
            },
            {
                "id": "026399-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026399-2026",
                "datePublished": "2026-03-23T15:46:48Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}