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 Award Notice

Crossing the Border - Service integrator

  • First published: 11 December 2025
  • Last modified: 11 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
Home Office
Authority ID:
AA76013
Publication date:
11 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.

The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The system is critical national infrastructure, incorporating official and secret data sets and related processes.

The Supplier will be responsible for transition and transformation leadership for CtB and the Digital, Data and Technology (“DDaT”) directorate providing programme delivery, management, governance, and assurance across digital delivery in the CtB DDaT programme. This document sets out the requirements for a Supplier to deliver transition and transformation leadership services for a minimum of 4 years from the start of the Contract with a possible 1 year extension option under the CCS Technology Services 3 framework RM6100. It has been split into core requirements specific to the CtB DDaT outcomes within MBTP and general requirements which apply to all product families across DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Home Office

2 Marsham Street

London

UK

E-mail: crossingtheborder2024procurement@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/home-office

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

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Crossing the Border - Service integrator

II.1.2) Main CPV code

72227000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crossing the Border (CtB) is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.

The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The system is critical national infrastructure, incorporating official and secret data sets and related processes.

The Supplier will be responsible for transition and transformation leadership for CtB and the Digital, Data and Technology (“DDaT”) directorate providing programme delivery, management, governance, and assurance across digital delivery in the CtB DDaT programme. This document sets out the requirements for a Supplier to deliver transition and transformation leadership services for a minimum of 4 years from the start of the Contract with a possible 1 year extension option under the CCS Technology Services 3 framework RM6100. It has been split into core requirements specific to the CtB DDaT outcomes within MBTP and general requirements which apply to all product families across DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 18 500 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

72232000

72261000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Requirements are listed within the published contract.

Procurement was let via CCS Technology Services 3 Lot 5.

II.2.5) Award criteria

Cost criterion: Quality / Weighting: 50%

Cost criterion: Price / Weighting: 40%

Cost criterion: Social Value / Weighting: 10%

II.2.11) Information about options

Options: No

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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:

2024/S 000-033429

Section V: Award of contract

Title: Crossing the Border - Service Integrator

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/11/2025

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square

London

E14 5GL

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 18 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

10/12/2025

Coding

Commodity categories

ID Title Parent category
72232000 Development of transaction processing and custom software Custom software development services
72227000 Software integration consultancy services Systems and technical consultancy services
72261000 Software support services Software-related services

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:
crossingtheborder2024procurement@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.