Published date: 16 November 2020
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Motor vehicles - 34100000
Training simulators - 34152000
Letting services of short-stay furnished accommodation - 55250000
Hire of passenger cars with driver - 60171000
Feasibility study, advisory service, analysis - 71241000
Analysis services - 71620000
Project management consultancy services - 72224000
Public security, law and order services - 75240000
Public security services - 75241000
Police services - 75241100
Fire-brigade and rescue services - 75250000
Project-management services other than for construction work - 79421000
Translation services - 79530000
Interpretation services - 79540000
Investigation and security services - 79700000
Security services - 79710000
Facilities management services - 79993100
Education and training services - 80000000
Training services - 80500000
Specialist training services - 80510000
Staff training services - 80511000
Training programme services - 80521000
Management training services - 80532000
Safety training services - 80550000
Health and first-aid training services - 80560000
Training and simulation in security equipment - 80610000
Training and simulation in firearms and ammunition - 80620000
Natural risks or hazards protection services - 90721800
Accommodation services - 98341000
Location of contract
SW1P 4DF
Value of contract
£177,466,667
Procurement reference
tender_239866/902954
Published date
16 November 2020
Closing date
8 December 2020
Closing time
12am
Contract start date
3 May 2021
Contract end date
2 May 2025
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The International Capabilities Team (ICT) which is part of the International Directorate of the Home Office. ICT delivers strategic capability development programmes overseas on behalf of the Home Office. Their remit also includes responsibility of the Department's Official Development Assistance (ODA) budget and is the UK hub for the Home Office's overseas network. ICT is seeking to establish a multi-lot framework agreement with suitably qualified and experienced organisations of services covering the following thematic areas;
- Policing
- Civil Defence
- Cyber Security
- Strategic Intelligence and Threat Assessment
- Borders, Migration and Asylum
- National Risk and Resilience
The framework agreement will be let for a period of four (4) years with Call Off contracts awarded by means of further (mini) competitions.
Any correspondence relating to this procurement exercise must be through the Home Office eSourcing portal (Jaggaer).
Under regulations 53(4) and 21(3), the Authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free, direct access to the full procurement documents in order to protect the confidential nature the requirements.
This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. 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. Once you have registered on the eSourcing Portal, ppq_84 Titled: "C16455 - ICT Future Services - Non Disclosure Agreement" will become visible to you in the PQQ section. You will be required to complete the non-disclosure agreement and returning using the messaging function as an attachment, within the PQQ on the eSourcing portal before gaining access to the Selection Questionnaire and procurement documents. 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).
The closing date for completed Selection Questionnaire submissions will be 8th December 2020 at 12:00 Midday GMT. Clarification requests must be submitted no later than 1st December 2020. Non-disclosure agreements should be completed as early as possible to allow sufficient time to complete the Selection Questionnaire which is the responsibility of interested parties.
More information
Previous notice about this procurement
C16455 - Home Office International Capabilties Team - Future Services - Market Engagement Exercise
- Early engagement
- Published 6 May 2020
Additional text
-
The Framework Agreement is being divided into Lots as follows:
Lot 1 for Specialist Support and Resources covers the provision of Strategic Advice and Programme Delivery Support across the following thematic areas;
- Policing
- Civil Defence
- Cyber Security
- Strategic Intelligence and Threat Assessment
- Borders, Migration and Asylum
- National Risk and Resilience
In addition, suppliers under this lot will be required to provide a limited number of services within FM, Estates and Security and Language Services to support programme delivery.
Lot 2 covers training services in relation to Policing. This lot is divided into the following sub-lots;
Lot 2a: General Policing and Investigation
Lot 2b: Operations and Specialist Capabilities
Lot 2c: Counter Terrorism 4P's
Lot 2d: Information and Intelligence management, including contact management
Lot 2e: Leadership, Command and Control
Lot 2f: Support/Back-office
Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots.
Lot 3 covers training services for Civil Defence. This lot is divided into the following sub-lots;
Lot 3a: Risk Based Planning
Lot 3b: Performance Management
Lot 3c: Prevention and Community Resilience
Lot 3d: Fire Protection and Building Safety
Lot 3e: Emergency Call Receipt and Mobilisation
Lot 3f: Emergency Response
Lot 3g: Operational Assurance
Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots.
Lot 4 covers training services in relation to Cyber Security. This lot is divided into the following sub-lots;
Lot 4a: An Integrated approach to national cyber security capacity building and National cyber risk assessment training
Lot 4b: Additional training
Lot 4c: Online simulation exercises
Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots.
Lot 5 covers training services in relation to Strategic Intelligence and Threat Assessment.
Lot 6 covers training in relation to Borders, Migration and Asylum. This lot is divided into sub-lots as follows;
Lot 6a: Delivering reintegration programmes for returnees from the UK
Lot 6b: Capacity building in border management and apprehension of Organised Immigration Crime (OIC) actors
Lot 6c: Delivering scoping activities & Improving the quality/quantity of migration data and evidence
Lot 6d: Facilitating durable solutions for migrants in transit/host countries
Lot 6e: Delivering technical assistance activities
Lot 6f: Victim support services for victims of trafficking/exploitation
Interested parties may submit a Selection Questionnaire (request to participate) for one or more of the sub-lots.
Lot 7 covers the provision of training in relation to National Risk and Resilience.
About the buyer
Address
2 Marsham Street
London
SW1P 4DP
England
HoSProcurement@homeoffice.gov.uk
Website
Share this notice
Closing: 8 December 2020, 12am