Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Visa and Citizenship Application Services (VCAS)

  • First published: 09 December 2021
  • Last modified: 09 December 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
09 December 2021
Deadline date:
10 January 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Please see section II.1.4 of this Notice for an overview of the services that will be required in each Lot.

In Lot 1, services will cover Africa and Middle East.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Secretary of State for the Home Department

Home Office, Peel Building, 2 Marsham Street

London

SW1P 4DF

UK

E-mail: futuresupplierservices@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/home-office

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://homeoffice.app.jaggaer.com/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Visa and Citizenship Application Services (VCAS)

II.1.2) Main CPV code

75110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), is the Authority seeking to procure a global network of Visa and Citizenship Application Service (VCAS) Centres, in support of Home Office activity across both UKVI and Her Majesty’s Passport Office (HMPO). This procurement was formerly referred to as Future Supplier Services.

UKVI is responsible for making millions of decisions every year about who has the right to visit or stay in the country, with a firm emphasis on national security and a culture of customer satisfaction for people who come here legally.

UKVI’s vision is to be a world-leading immigration service working for a safe and prosperous UK. To that end, two of our key missions are to deliver world-class customer service and to control migration. UKVI’s challenge is to transform services in a way that enhances customer experience and controls outcomes.

To achieve this, the VCAS requirements will cover the following activities:

- Provision of VCAS Centres (infrastructure and people)

- Appointment booking

- Priority / added-value services

- Fees

- Identity check and document verification

- Document upload

- Biometric capture

- Digital interviewing

- Vignette services

- HMPO specific requirements

- Complaints and customer insight

The procurement has been divided into 5 geographical lots:

(1) Africa and Middle East

(2) Americas, Canada, Australasia and Europe

(3) China and Taiwan

(4) Asia and Asia Pacific

(5) The UK

Through this procurement, VCAS is seeking solutions that will provide continuity of services for customers, global consistency for HO and suppliers, and a foundation to support future transformation delivered by other HO Programmes.

II.1.5) Estimated total value

Value excluding VAT: 1 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Where a bidder is successful in multiple lots, HO reserves the right to award and aggregate any combination of lots 1-5 into a single contract.

II.2) Description

Lot No: 1

II.2.1) Title

Africa and Middle East

II.2.2) Additional CPV code(s)

32232000

32571000

35125110

64114000

72222300

75100000

75110000

75112000

75125000

75130000

75131000

75211110

98910000

II.2.3) Place of performance

NUTS code:

AE

AF

AO

BH

BW

CD

CI

CM

DZ

EG

ET

GH

GM

IR

KE

KW

LB

MA

MG

MU

MW

MZ

NA

NG

OM

PK

QA

RW

SA

SC

SD

SL

SN

TN

TZ

UG

UK

ZA

ZM

ZW

II.2.4) Description of the procurement

Please see section II.1.4 of this Notice for an overview of the services that will be required in each Lot.

In Lot 1, services will cover Africa and Middle East.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality criteria / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 316 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the SQ documentation. The Authority intends to invite up to 5 Bidders per Lot to submit an Initial Tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract includes the option to be extended for up to a further 3 years in yearly increments (1+1+1).

The estimated value provided in II.2.6. covers the entirety of the contract duration, including all extension options, for this Lot.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Americas, Canada, Australasia and Europe

II.2.2) Additional CPV code(s)

32232000

32571000

35125110

64114000

72222300

75100000

75110000

75112000

75125000

75130000

75131000

75211110

98910000

II.2.3) Place of performance

NUTS code:

1A

AL

AM

AR

AT

AU

AZ

BA

BB

BE

BG

BM

BO

BR

BS

BY

CA

CH

CL

CO

CU

CY

CZ

DE

DK

DO

EC

EE

EL

ES

FI

FK

FR

GE

GT

GY

HN

HR

HU

IE

IL

IQ

IS

IT

JM

JO

KG

KY

KZ

LC

LT

LV

MD

ME

MK

MT

MX

NI

NL

NO

NZ

PA

PE

PG

PL

PS

PT

RO

RS

RU

SE

SH

SI

SR

SV

TJ

TM

TR

TT

UA

US

UZ

VE

II.2.4) Description of the procurement

Please see section II.1.4 of this Notice for an overview of the services that will be required in each Lot.

In Lot 2, services will cover Americas, Canada, Australasia and Europe.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality criteria / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 303 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the SQ documentation. The Authority intends to invite up to 5 Bidders per Lot to submit an Initial Tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract includes the option to be extended for up to a further 3 years in yearly increments (1+1+1).

The estimated value provided in II.2.6. covers the entirety of the contract duration, including all extension options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

China and Taiwan

II.2.2) Additional CPV code(s)

32232000

32571000

35125110

64114000

72222300

75100000

75110000

75112000

75125000

75130000

75131000

75211110

98910000

II.2.3) Place of performance

NUTS code:

CN

TW

II.2.4) Description of the procurement

Please see section II.1.4 of this Notice for an overview of the services that will be required in each Lot.

In Lot 3, services will cover China and Taiwan.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality criteria / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 147 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the SQ documentation. The Authority intends to invite up to 5 Bidders per Lot to submit an Initial Tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract includes the option to be extended for up to a further 3 years in yearly increments (1+1+1).

The estimated value provided in II.2.6. covers the entirety of the contract duration, including all extension options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Asia and Asia Pacific

II.2.2) Additional CPV code(s)

32232000

32571000

35125110

64114000

72222300

75100000

75110000

75112000

75125000

75130000

75131000

75211110

98910000

II.2.3) Place of performance

NUTS code:

BD

BN

BT

FJ

ID

IN

JP

KH

KR

LA

LK

MM

MN

MV

MY

NP

PH

SG

TH

VN

II.2.4) Description of the procurement

Please see section II.1.4 of this Notice for an overview of the services that will be required in each Lot.

In Lot 4, services will cover Asia and Asia Pacific.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality Criteria / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 271 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the SQ documentation. The Authority intends to invite up to 5 Bidders per Lot to submit an Initial Tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract includes the option to be extended for up to a further 3 years in yearly increments (1+1+1).

The estimated value provided in II.2.6. covers the entirety of the contract duration, including all extension options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

United Kingdom

II.2.2) Additional CPV code(s)

32232000

32571000

35125110

64114000

72222300

75100000

75110000

75112000

75125000

75130000

75131000

75211110

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Please see section II.1.4 of this Notice for an overview of the services that will be required in each lot.

In Lot 5, services will cover the UK only. Please note: vignette services and HMPO-specific services will not be required for this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality criteria / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 163 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The evaluation process will be detailed within the SQ documentation. The Authority intends to invite up to 5 Bidders per Lot to submit an Initial Tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract includes the option to be extended for up to a further 3 years in yearly increments (1+1+1).

The estimated value provided in II.2.6. covers the entirety of the contract duration, including all extension options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-027270

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/01/2022

Local time: 11:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/02/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 8 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Standard Selection Questionnaire (SQ) and any further responses to requests for information, requests for quotes, or requests for proposals via the internet rather than in paper form.

In order to participate in this procurement, please follow the steps set out below.

For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.

To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register.

Once registered, all interested suppliers should then submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address in order to express interest: futuresupplierservices@homeoffice.gov.uk

The Authority requires new participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the Authority will either confirm prior receipt of an NDA as part of market engagement, or provide the NDA document for signature to be returned via email.

Once a correctly signed NDA is received by the Authority, Participants will be invited to the Standard Selection Questionnaire (SQ) Event through the portal and will be able to access all of the project documentation.

Participants are requested to register on the portal and then express interest via email by Wednesday 5th January 2022 at the latest, to allow sufficient time for the tender administrative process and submission of responses. (For the avoidance of doubt, the deadline as stated in IV.2.2 refers to submissions of the SQ).

SQ clarification requests must be submitted no later than 12:00pm (GMT) on Wednesday 22nd December 2021.

The closing date for SQ submissions will be 11:00am (GMT) on Monday 10th January 2022.

We reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

08/12/2021

Coding

Commodity categories

ID Title Parent category
75100000 Administration services Administration, defence and social security services
75112000 Administrative services for business operations General public services
75125000 Administrative services related to tourism affairs Administrative services of agencies
35125110 Biometric sensors Surveillance system
32571000 Communications infrastructure Communications equipment
75211110 Consular services Foreign-affairs services
75110000 General public services Administration services
75131000 Government services Supporting services for the government
72222300 Information technology services Information systems or technology strategic review and planning services
64114000 Post office counter services Postal services
98910000 Services specific to international organisations and bodies Services provided by extra-territorial organisations and bodies
75130000 Supporting services for the government Administration services
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
futuresupplierservices@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.