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

Core Services Integrator (CSI)

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04cd4e
Published by:
Home Office
Authority ID:
AA76013
Publication date:
26 February 2025
Deadline date:
03 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Contract Notice outlines the Home Office's intent to competitively assess, select and award a contract to deliver the Core Services Integrator requirement.

The Home Office has international objectives to reduce threat upstream, protect citizens at home and abroad, and secure the borders. These cross-cutting objectives include Counter Terrorism, Serious and Organised Crime, child sexual exploitation, cybercrime, illegal and organised migration and border-security.

The International Strategy and Capabilities (ISC) Unit focuses on long-term multi-year transformational projects that build close working relationships with other Governments and deliver lasting, sustainable effect overseas. This includes Government to Government (G2G) agreements delivering specialist capacity programmes and advisory services to progressively develop security capabilities in line with international human rights agreements.

The International Strategy and Capabilities (ISC) Unit sets the Home Office International Strategic Objectives and desired outcomes which are issued to a combination of managed service providers, training suppliers, delivery partners, and consultancies.

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

The duration of the contract will be up to 24 months from the date of contract, with an option for a 12-month extension.

More details of the Core Services Integrator requirement are provided in the Supplier Qualification Pack on the Core Services Integrator Opportunity Listing on the Jaggaer Portal.

The competitive procurement will be managed in accordance with the Negotiated Procedure with prior publication under DSPCR 2011.

The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses.

This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in the Supplier Qualification stage of this procurement, participants must first be registered on the eSourcing Portal and sign the Non-Disclosure Agreement (NDA). To participate in the ITN stage of this procurement a subsequent NDA must be signed.

If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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 which you are registering, who will be entering into a contract if invited to do so.

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and, the Home Office will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

UK

E-mail: Samra-Boone.Kamaldeep@homeoffice.gov.uk

NUTS: UK

Internet address(es)

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

I.3) Communication

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

https://homeoffice.app.jaggaer.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com


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

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Core Services Integrator (CSI)

II.1.2) Main CPV code

79411100

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Contract Notice outlines the Home Office's intent to competitively assess, select and award a contract to deliver the Core Services Integrator requirement.

The Home Office has international objectives to reduce threat upstream, protect citizens at home and abroad, and secure the borders. These cross-cutting objectives include Counter Terrorism, Serious and Organised Crime, child sexual exploitation, cybercrime, illegal and organised migration and border-security.

The International Strategy and Capabilities (ISC) Unit focuses on long-term multi-year transformational projects that build close working relationships with other Governments and deliver lasting, sustainable effect overseas. This includes Government to Government (G2G) agreements delivering specialist capacity programmes and advisory services to progressively develop security capabilities in line with international human rights agreements.

The International Strategy and Capabilities (ISC) Unit sets the Home Office International Strategic Objectives and desired outcomes which are issued to a combination of managed service providers, training suppliers, delivery partners, and consultancies.

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

The duration of the contract will be up to 24 months from the date of contract, with an option for a 12-month extension.

More details of the Core Services Integrator requirement are provided in the Supplier Qualification Pack on the Core Services Integrator Opportunity Listing on the Jaggaer Portal.

The competitive procurement will be managed in accordance with the Negotiated Procedure with prior publication under DSPCR 2011.

The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses.

This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in the Supplier Qualification stage of this procurement, participants must first be registered on the eSourcing Portal and sign the Non-Disclosure Agreement (NDA). To participate in the ITN stage of this procurement a subsequent NDA must be signed.

If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com 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 which you are registering, who will be entering into a contract if invited to do so.

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and, the Home Office will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

II.1.5) Estimated total value

Value excluding VAT: 9 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Core Services Integrator Requirement: Due to the specialist nature of this work, ISC requires an independent integrator function who is responsible for supporting the delivery of ISC activities in the key areas of Development, Integration, & Operational Assurance for Business Development Services. The consolidation and delivery of these managed services should span, but remain independent from, Frameworks and Suppliers to ensure coherent and aligned delivery of ISC's strategic objectives and growth plans. This includes (but not limited to) managing the Home Office's reputation and quality of services across all aspects of delivery and designated partners, risk identification and mitigation, performance, timely delivery and the implementation and development of the training catalogue and ISC objectives.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: No

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

Objective criteria for choosing the limited number of candidates:

Up to five, but at least three of the highest scoring compliant suppliers at the Supplier Qualification stage will be taken through to the Invitation to Negotiate (ITN) phase of the competition. The full requirement will be issued in the ITN and suppliers will be given appropriate time to respond with their initial tenders.

The Home Office will complete a tender evaluation against the evaluation strategy detailed in the ITN. Following the evaluation of initial tenders, each tender will be ranked in accordance with the evaluation methodology.

A final evaluation will be undertaken by the Home Office and the contract awarded against the evaluation methodology. The Home Office intends to utilise a (Best and Final Offer) BAFO methodology to award the contract.

The Home Office reserves the right to award the contract based on initial tenders without negotiation to the tenderer who submits the best compliant tender in accordance with the published award criteria.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will run for an initial period of 2 years, with an option to extend by 1 extension period of 1 year

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As per tender documentation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per tender documentation


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per tender documentation


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per tender documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 03/02/2025

Local time: 16:00

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The Secretary of State for the Home Department (The Home Office)

London

UK

VI.5) Date of dispatch of this notice

03/01/2025

Coding

Commodity categories

ID Title Parent category
79411100 Business development consultancy services General management consultancy 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:
Samra-Boone.Kamaldeep@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.