Loading page content…
Loading page content…
20 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Border Force Maritime Command (BFMC) is the UK's only national maritime law enforcement body. Its fleet of five Cutters play an essential role in delivering the Government's crime reduction and border protection objectives, alongside a range of wider maritime security goals. The current fleet of Cutters is at or nearing the end of their design life. This SLEP activity is only applicable to some of the Damen 4207-class Cutters.
£6,000,000
Contract value
Border Force Maritime Command (BFMC) is the UK's only national maritime law enforcement body. Its fleet of six Coastal Patrol Vessels play an essential role in delivering the Government's crime reduction and border protection objectives, alongside a range of wider maritime security goals. The current fleet of Coastal Patrol Vessels is at or nearing the end of its design life.
£3,000,000
Contract value
The Authority is responsible under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration, Asylum Act 2002 and the Immigration Act 2014, for detaining and/or enforcing the removal of certain persons (Detainees). The Yarls Wood Immigration Removal Centre will form one of seven Immigration Removal Centres with a total capacity of approximately 3,000 Detainees. The Yarl’s Wood IRC currently houses around 410 detainees and houses three different populations.
Value undisclosed
The Emergency Services Mobile Communications Programme (ESMCP) within the Home Office wishes to undertake research on the current market for an MCX Standalone Dispatcher capable of operating on the Emergency Services Network (ESN). This would include the following categories of requirement • Supply of an MCX Standalone Dispatcher and related Services • Deployment • Technical Delivery and Validation. • Additional Specialist Services This Prior Information Notice (PIN) is to notify the market that the ESMCP plans to host supplier events and market sounding meetings to further develop its understanding of the current market. As such, ESMCP will be publishing a Request for Information in late September 2023 to enable suppliers to respond and participate in discussions in relation to their existing and potential solutions for the above categories. The outcome will inform ESMCP decisions on future strategy and any new procurement activities. Any such decisions will be made solely at the Authority’s discretion. An online supplier briefing is planned to take place in early October 2023. Participants will be asked to sign a Non Disclosure Agreement (NDA) and potentially an Ethical Walls Agreement (EWA) to gain access to the RFI and briefing session. To register interest, please e-mail ESMCPSupplier@homeoffice.gov.uk providing the relevant contact details in your organisation and requesting a copy of the NDA/ EWA agreement. This PIN does not bind the Authority in any way to commence a procurement exercise for the requirements. We may discontinue this market engagement exercise at any time.
£13,600,000
Contract value
During transition to ESN, communications between Emergency Service users must be maintained between the existing and future services through a key transitional technical solution described as ”Interworking”. This will allow members of a talk group on the legacy TETRA system to communicate with members of a corresponding communications group on ESN, and vice versa. The Emergency Services Mobile Communications Programme (ESMCP) within the Home Office wishes to undertake research on the current market for suppliers capable of developing deploying and managing this TETRA/ MCX Interworking Gateway Solution for the Emergency Services Network (ESN). This would include the following categories of requirement: • Supply of an Interworking Gateway Product and related Services • Deployment • Technical Delivery and Validation. • Additional Specialist Services. This Prior Information Notice (PIN) is to notify the market that the ESMCP plans to host supplier events and market sounding meetings to further develop its understanding of the current market. As such, ESMCP will be publishing a Request for Information in late September 2023 to enable suppliers to respond and participate in discussions in relation to their existing and potential solutions for the above categories. The outcome will inform ESMCP decisions on future strategy and any new procurement activities. Any such decisions will be made solely at the Authority’s discretion. An online supplier briefing is planned to take place in early October 2023. Participants will be asked to sign a Non Disclosure Agreement (NDA) and potentially an Ethical Walls Agreement (EWA) to gain access to the RFI and briefing session. To register interest, please e-mail ESMCPSupplier@homeoffice.gov.uk providing the relevant contact details in your organisation and requesting a copy of the NDA/ EWA agreement. This PIN does not bind the Authority in any way to commence a procurement exercise for the requirements. We may discontinue this market engagement exercise at any time.
£15,000,000
Contract value
ESN Handheld Devices Market Engagements The Emergency Services Mobile Communications Programme (ESMCP) within the Home Office wishes to undertake research on the current market for Smartphones / Handheld Devices capable of operating on the Emergency Services Network (ESN). An ESN Smartphone / Handheld Device is defined as one that is capable of operating on ESN and configured to give priority access for the three emergency services (3ES) and other related users throughout Great Britain (England, Wales and Scotland) using 3GPP Standards. This would include the following categories of devices: • Rugged Handheld Devices / Smartphones able to operate on ESN • Rugged Handheld Devices / Smartphones with the ability to operate on ESN as well as via TETRA Direct Mode Operation (DMO) e.g. Dual Mode Handsets • Intrinsically Safe Rugged Devices / Smartphones able to operate on ESN As such, ESMCP will be publishing a Request for Information in July 2023 to enable suppliers to respond and participate in discussions in relation to the following: - High level information on suppliers; their existing and potential devices and supporting accessories for the above categories (suppliers do not have to be able to provide devices for all three categories). - Supplier overview of product roadmap and capabilities for up to the next five years. - Supplier views on trends in the market for the above categories. The outcome will inform ESMCP decisions on device strategy and any new procurement activities. Any such decisions will be made solely at the Authority’s discretion. An online supplier briefing will take place prior to the issue of the RFI in July 2023. Participants will be asked to sign a Non Disclosure Agreement (NDA). To register interest, please e-mail ESMCPSupplier@homeoffice.gov.uk.
Value undisclosed
The Authority is responsible, under statutory obligations including the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014, for detaining and/or enforcing the removal of certain persons. At any one time, there is capacity for approximately 2,400 detained individuals to be held in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. Haslar IRC will, subject to ongoing works, ultimately have capacity to house a maximum of 600 adult males.
£110,000,000
Contract value
The Authority intends to issue a Request for Information for the purpose of assessing the suitability of the market for the purchase of multifunctional Mobile Biometric Enrolment (MBE) devices and the required support software. To receive this RFI please email mbeprocurement@homeoffice.gov.uk.
Value undisclosed
The Authority is responsible for over 21,000 individuals who have been brought to the United Kingdom from Afghanistan. This includes British Nationals and their families, Afghan nationals who loyally served the UK as well as others identified as particularly at risk, such as campaigners for women's rights, human rights defenders, Chevening scholars, journalists, judges and members of the LGBT+ community. The Authority is currently providing temporary bridging accommodation for around 8,500 individuals resettling in the UK under the Afghan Citizens Resettlement Scheme (ACRS) or Afghan Relocations and Assistance Policy (ARAP) schemes, whilst they await suitable settled accommodation. It is estimated that the Contract will be let by April/May 2023. It is anticipated the Authority shall require this Service for six (6) months with an option to extend if needed.
£250,000
Contract value
The Home Office is responsible, under the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons (Detainees), assigned by the Home Office to Immigration Removal Centres and other locations from the United Kingdom. The Home Office is responsible for the provision of bed space, escorting services and electronic monitoring. At any one time, approximately 3000 detained individuals can be held overnight in one of seven Immigration Removal Centres, 3 residential Short-Term Holding Facilities, a pre-departure accommodation and additional spaces including prisons and police stations across the United Kingdom. Persons can be detained for shorter periods of time in holding rooms at reporting centres, air and seaports. To facilitate the transfer of detained individuals under Migration and Economic Development Partnerships, it is necessary to provide sufficient escort and transportation staff to enable their safe and secure passage. This includes the transportation of detained individuals with no legal basis to remain in the UK to an overseas destination and transfer to appropriate authorities upon arrival. Appropriate safeguards will be required for individuals being transferred with vulnerabilities, such as medical conditions or for those who refuse to comply with the transfer. The Authority is seeking a commercial partner to provide a number of fully integrated services. These services include (but are not limited to): • The escorting and transportation of detained and non-detained individuals within the UK (In-Country Escorting Services). • The escorting of detained and non-detained individuals to and from the UK and to and from an overseas destination (Overseas Escorting) including the escorting of individuals from the UK to an overseas destination whereby a legal agreement has been signed to deliver MEDP. • Collection, transportation, and escorting individuals on a charter to an overseas destination, and where required returning individuals to an immigration removal centre where those individuals do not leave on the charter or are returned to the UK. This service is volumetric and any estimated values may be subject to change up or down depending on the amount of activity undertaken during the life of contract.
£78,000,000
Contract value
In support of the Home Office Maritime Capabilities Replacement Programme (MCRP), the Authority is exploring the procurement of an Intelligent Client Function (ICF). The ICF would provide technical oversight of the shipbuild programme through a forward deployed ‘waterfront’ capability at the shipyard(s). As part of the initial market engagement exercise, Border Force is looking to engage with interested suppliers to better inform a future procurement with respect to capacity, capability, costings and timelines. Please see section 11.7 for additional detail on the procurement and how to participate. Additional information: The Authority acting through Border Force (BF) is conducting a review of its maritime capabilities with potential for a replacement of the current fleet. The current fleet consists of 5 Cutters and 6 Coastal Patrol Vessels (CPVs). The precise mix of vessels has not yet been agreed and will be informed by Market Engagement. The new vessels will be required to contribute to Maritime Security through cross Government working (particularly with the MOD/Royal Navy) and provide support to the Military in a National crisis response. The role of the Intelligent Client Function will be to provide an experienced, visible, and proactive presence at the Shipyard(s) acting as the local representative of the Programme team, to monitor and manage successful delivery of the shipbuild programme to quality, schedule, and cost. This will include, but not be exclusive to. examining, reporting and facilitating the resolution of construction and quality issues, ensuring that all work is carried out in accordance with the contract and with the construction drawings, and where requested supervise the testing of the vessel and all her machinery and equipment during construction, commissioning, and acceptance. Whilst the Home Office is labelling this requirement as an Intelligent Client Function, please note similar services are often referred to as ‘‘Technical Support Service’, ‘Buyer’s Representative’ or ’Client Friend’. Noting the additional capabilities required and associated security sensitivities, the ICF will be procured via the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (28 October 2024). It is expected that UK, British Overseas Territories and Crown Dependencies suppliers will be allowed to bid for this opportunity. Suppliers who are interested in participating in our market engagement are requested to submit their expression of interest by e-mailing bfvesselsteam@homeoffice.gov.uk by 17:00 (UK) on 26th July 2024 (subject to change). Please ensure that the subject field states “9482 – MCRP Intelligent Client Function - MSQ)”. Following receipt of expressions of interest, suppliers will be invited to a virtual supplier briefing Industry Day event which is expected to take place on the week commencing 29th July 2024 (subject to change).
From £5,000,000
Contract value
The Authority acting through Border Force (BF) is conducting a review of its maritime capabilities with potential for a replacement of the current fleet. The current fleet consists of 5 Cutters and 6 Coastal Patrol Vessels (CPVs). The new vessels will be required to contribute to Maritime Security through cross Government working (particularly with the MOD/Royal Navy) and provide support to the Military in a National crisis response. Noting the additional capabilities required (noted in more detail at section 11.7), the new vessels will be procured via the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). As part of this initial market engagement exercise, Border Force is looking to engage with interested suppliers to better inform a future procurement with respect to capacity, capability, costings and timelines. Please see section II.7 for additional detail on the procurement and how to participate. Additional information: Border Force operates a fleet of eleven sea going patrol craft operating in both UK National and International waters. This consists of five Cutters and six CPVs. Each Cutter carries a rigid hull inflatable boat (RHIB), which can carry 5 crew and a coxswain for boarding duties. The six CPVs complement the offshore work of the longer range Border Force cutter fleet and often work close to shore to access marinas and beaches where waters are shallow. Reflecting the evolving security threat across the maritime domain, Border Force is seeking replacement, future proofed vessels to: undertake law enforcement operations (particularly counter narcotics and organised illegal migration); contribute to Maritime Security through cross Government working, particularly with the MOD/Royal Navy; undertake international tasking; and to provide support for the Military in a National crisis response. The replacement vessels procurement project will be procured under the Defence and Security Public Contracts Regulations 2011 (as amended) or as a defence and security contract under the Procurement Act 2023 if a tender notice is issued after its commencement (likely 1 October 2024). It is expected that UK, British Overseas Territories and Crown Dependencies suppliers will be allowed to bid for this opportunity. They may submit bids with international sub-contractors or they may form joint ventures or consortia or similar with international parties, subject to appropriate legally binding agreements being in place. Please note the following: • A Modified Off the Shelf solution to meet military requirements is expected (or potentially a new design) which may include; enhanced resilience (additional ballistic protection), an armoury / magazine, enhanced survivability (watertight compartments), hull signature control measures etc. Consortiums or joint ventures must be led by a UK, British Overseas Territory or Crown Dependency supplier • The ambition of the Authority is to enable the design modifications, procurement activity, assembly and commissioning to be delivered in the UK (or British Overseas Territories and Crown Dependencies) (in line with the security requirements) • Vessel support for an initial short period (tbc) (as necessary) would be provided in the UK. Any security requirements and financial standing assessments will be equally applicable to all parties in the supply chain. The precise mix of vessels has not yet been agreed and will be informed by Market Engagement. As part of this initial market engagement exercise, Border Force is looking to engage with a range of interested suppliers (including those based overseas) to better inform a future procurement with respect to capacity, capability, configuration, costings and timelines. The initial data gathered will be used to inform decisions around how Border Force might deliver the future capability including a high-level view of potential replacement vessel options and the fleet mix (this could also include through-life support, training, communications systems, and other associated equipment) and future procurement strategies and routes. Suppliers who are interested in participating in our market engagement are requested to submit their expression of interest by e-mailing bfvesselsteam@homeoffice.gov.uk by 17:00hrs on 3rd May 2024 (subject to change). Please ensure that the subject field states “C17501 – Expression of Interest – Maritime Capabilities Replacement Programme (MCRP). Following receipt of expressions of interest, suppliers will be invited to an Industry Day event which is expected to take place on the week commencing 13th May 2024 (subject to change). Confidentiality Agreements will be required to attend the event. Following the Industry Day, suppliers will then be required to sign a mutual Non-Disclosure Agreement (issued on Home Office terms) in advance of registering and then accessing the Authority’s systems and being invited to complete a questionnaire. Additional details on indicative cost information and relevant security requirements / considerations will be shared at the Industry Day event. A Request For Information will be published soon seeking market information on decision making tools (bridge and propulsion systems); this is not intended to lead to a separate procurement but to inform the Authority of market capabilities to aid developing requirements).
Value undisclosed
The Home Office is seeking a supplier that will provide locations (specifically rooms and/or booths) primarily that will be attended by asylum seekers to conduct their asylum interviews across the UK however other types of interviews will also be conducted. The services will also include a technology provision and staff to provide support enabling asylum applicants to be interviewed remotely. The content of this PIN, including the nature of services and estimated value, may be subject to change.
£2,000,000
Contract value
Border Force (BF) secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. BF Officers do this by examining freight and passenger services in a range of environments that include but not limited to; freight consignments (maritime & rail), Roll-on Roll-off (RoRo) & Load-on, Load (LoLo) vehicles, trailers and motorbikes. X-Ray scanners are used as a method of examination without having to physically open and examine vehicles and enables ports to operate efficiently without interrupting traffic flow. Border Force is looking to procure a commercial, off-the-shelf (COTS) capability for mobile freight scanners across the UK. The proposed contract will include all service & maintenance for the lifetime of the product(s).
Value undisclosed
The Home Office is responsible, under UK legislation including but not limited to the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons. It is necessary to provide sufficient travel methods (not exclusively air travel) to ensure that individuals with no legal basis to remain in the UK can be removed to overseas destinations. This includes ensuring those methods can accommodate vulnerable individuals, such as those with medical conditions, or those who refuse to comply with transfer. The Authority is seeking a commercial partner to provide a number of fully integrated services in regards to Travel. These services include (but are not limited to): - Providing a comprehensive travel service that complies with requirements and restrictions imposed by airlines in relation to immigration passengers on scheduled flights; - Providing tickets for Service Users, taking into account restrictions imposed by individual airlines; - Following detailed and specific individual airline procedures for obtaining refunds; - Managing relationships with the carriers to maximise cost-effective opportunities; - Provision of a complete Charter service to meet the requirements of the Home Office; - Provision of accommodation for Home Office staff and representatives when required. Please note the authority may also require the provision of UK based vehicles with drivers (predominantly coaches) focused around the South Coast of England, however this may extend to other regions across the UK. This will be confirmed prior to ITT launch.
£8,800,000
Contract value
Border Force is a law enforcement command within the Home Office. We secure the UK border by carrying out immigration and customs controls for people and goods entering the UK. The scope of the tender is for the provision of healthcare in a Border Force (Police and Criminal Evidence Act 1984 (PACE)) Customs Custody environment. This places a specific legal responsibility on the custody officer (usually a Border Force officer) who is responsible for ensuring the legal process is discharged and who has a strict duty of care to all detainees under the PACE 1984 and its Codes of Practice. PACE Code C sets out the requirements for the detention, treatment and questioning of suspects not related to terrorism. In addition, it provides a legislative framework for Border Force Customs Custody staff as to when it is appropriate to access medical attention The scope of work is to provide a clinical health care service 24/7 365 days per year across Border Force (BF) Customs custody suites. The service provider is required to fulfil the healthcare requirements of BF, including the handling, processing, recording and reporting of request for service at the required locations. The clinical staff must hold the appropriate qualifications, skill and knowledge to provide the appropriate care, clinical advice and treatment required by individuals. Clinical staff must be available, when required, to provide the following: Clinical advice by telephone Clinical advice by attendance Assess the fitness of individuals. Fitness for Interview Advice at an alternative location
Value undisclosed
Channel Operations leads the overall response to clandestine entry to the UK. It is tasked with ending the viability of the small boats route as a means of entering the UK and preventing other forms of high-risk clandestine entry. The land based ISR and common operating picture is required as part of a wider Intelligence, Surveillance and Reconnaissance (ISR) package to support decision making and the tasking and coordination of operational assets; and to reliably and autonomously detect, track, and identify small boats at range, fusing this with data generated by existing platforms, and presenting it to end-users. The overarching requirement is to provide enhanced tactical domain awareness in the area of operations to autonomously support decision making and the tasking and coordination of operational assets. This requirement will need to be delivered via a managed service that provides the domain awareness via a connection to HO owned TAK (Team Awareness Kit) server, this will provide a common operating picture that is made available to key decision-makers and operational first responders. This domain awareness will need to be provided through a web API and common operating picture and command interface that can also connect to HO owned TAK (Team Awareness Kit) server.
£12,000,000
Contract value
Market Engagement for “User Services” Lot for the Emergency Services Network (ESN) The Emergency Services Mobile Communications Programme (ESMCP) is a cross-government, multi-agency Programme sponsored by The Secretary of State for the Home Department to deliver the Emergency Services Network (ESN). ESN will deliver integrated critical voice and broadband data services to all three emergency services (3ES) and other users throughout Great Britain (England, Wales and Scotland). These services require a mobile communications network capable of providing the full coverage, resilience, security, and public safety functionality required by the 3ES. This Prior Information Notice (PIN) is to notify the market that the ESMCP plans to host supplier events and market sounding meetings to further develop its understanding of the current market for the ESN “User Services”. The exercise aims to inform and discuss its potential requirements with market participants, for the provision of “User Services” scope (https://ted.europa.eu/udl?uri=TED:NOTICE:133654-2014:TEXT:EN:HTML). The outcome will inform ESMCP decisions on the strategy and any new procurement activity. Any such decisions will be made solely at the Authority's discretion. This PIN does not bind the Authority in any way to commence a procurement exercise for the requirements. We may discontinue this market engagement exercise at any time. To register interest, please email ESMCPSupplier@homeoffice.gov.uk An on-line supplier briefing will be held on 20th October 2022 (10am – 1pm) this briefing will be relevant for user service providers as well as Mission Critical (MCX) solution providers. Prior to this on-line supplier briefing it will be necessary to complete a Non-Disclosure Agreement (NDA), the template will be sent to those who register their interest. All suppliers who have returned their Expressions of Interest (EOI) and signed the NDA will be given access to the online briefing. Following the on-line supplier briefing the Authority will make available key materials to assist in the Market Engagement process. As part of this Market Engagement activity, a Request for Information (RFI) will be published post the on- line supplier briefing session and will call for responses 16 working days following its publication. A second on-line supplier briefing will be held on 25th October 2022 (10am – 1 pm) focusing on Mission Critical Communications (MCX) Solution Suppliers. The Authority would be particularly interested in market participants who have experience of delivering and integrating complex applications within a telecommunications infrastructure and subsequent provision of enterprise grade customer support during the run phase. It is anticipated that this PIN will create interest in the marketplace. The Authority intends to enter into meetings on a 121 basis with suppliers that can demonstrate that they can meet the scope of the intended “User Services”. All questions asked and answered in 121 sessions will be anonymised and shared with all parties who have participated in market engagement. Suppliers will be neither advantaged nor disadvantaged by attending the event/responding to the questionnaire and all necessary documentation pertaining to the market engagement will be subsequently shared if a formal procurement is launched. Following the 121s the Authority intends to hold a final supplier briefing session on 29th November 2022 time (TBC) however it reserves the right to extend the period of market engagement if necessary.
£500,000,000
Contract value
The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014 for detaining and/or enforcing the removal of certain persons (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. In addition, persons can be detained for shorter periods of time in Short Term Holding Facilities (Rooms) at Reporting Centres, air and sea ports, including locations overseas at the juxtaposed controls in Calais and Coquelles and at police stations.
£227,000,000
Contract value
The Authority is responsible, under the Immigration Act 1971, the Immigration and Asylum Act 1999, the Nationality Immigration and Asylum Act 2002 and the Immigration Act 2014 for detaining and/or enforcing the removal of certain persons (Detainees). At any one time, there is capacity for approximately 3,000 Detainees to be held overnight in one of seven Immigration Removal Centres, three residential Short-Term Holding Facilities, a Pre-Departure Accommodation (PDA), and prisons across the United Kingdom. In addition, persons can be detained for shorter periods of time in Short Term Holding Facilities (Rooms) at Reporting Centres, air and sea ports, including locations overseas at the juxtaposed controls in Calais and Coquelles and at police stations.
£399,000,000
Contract value