Opportunity

Future eGates

  • Home Office

F02: Contract notice

Notice reference: 2022/S 000-000266

Published 5 January 2022, 10:45pm



The closing date and time has been changed to:

14 February 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Home Office

London

SW1P 4DF

Contact

Josh Dell

Email

future.egatecommercial@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/government/organisations/home-office

Buyer's address

www.gov.uk/government/organisations/home-office

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://homeoffice.app.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Future eGates

Reference number

C15099

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Home Office (hereafter referred to as the Authority) is issuing this Notice to tender for the provision of Future eGates (Goods and Services) in support of and based on a strategy for future border checks.

The aim of this is to procure services for a full eGate solution, including physical design and service management.

Border Force is seeking a supplier of eGates for deployment in the UK and at juxtaposed controls in Europe which are capable of fully automating the processing of passengers using biometric and biographic matching technologies; and being integrated within the wider authority passenger verification system/s.

The procurement stages for the eGates Contract Agreement will comprise the following stages under the Competitive Dialogue Process:

• Stage 1: Supplier selection through the issue of a Standard Selection Questionnaire (SSQ) to check compliance with wider laws, regulations and demonstrate appropriate financial standing and technical ability to deliver the service.

• Stage 2: Four Shortlisted bidders will be invited to the next stage which is Outline Solution with the issue of an invitation to Submit an Outline Solution (ISOS), followed through to;

• Stage 3: Dialogue Phase 1 and demonstration of Bidder solutions (formal assessment of technical capability).

• Stage 4: Dialogue Phase 2 followed by the issue of a call by the Authority to submit a Final Tender (ISFT).

• Stage 5: Evaluation & Contract award.

The purpose of this process is to progressively develop a solution with selected Bidders, discussing with each Bidder their proposed solution, that best meets the Authority’s requirements from a technical, commercial and financial perspective.

two.1.5) Estimated total value

Value excluding VAT: £132,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35121000 - Security equipment
  • 35123000 - Site-identification equipment
  • 35125110 - Biometric sensors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and juxtaposed controls in Europe.

two.2.4) Description of the procurement

The Authority is undertaking this tender exercise to appoint a suitably capable and experienced supplier of eGates for deployment in the UK and at juxtaposed controls in Europe which are capable of processing passengers using biometric and biographic matching technologies.

The Authority shall utilise the Competitive Dialogue Procedure; a multi-stage procurement process that is intended to progressively develop a solution with selected Bidders, discussing with each Bidder their proposed solution, that best meets the Authority’s requirements from a technical, commercial, and financial perspective.

The objective of the Selection Stage is to assess the responses to the Supplier Selection Questionnaire (SSQ) and select Bidders to proceed to the Invitation to Outline Solution (ISOS) stage of this procurement. The evaluation panel shall evaluate the SSQ responses using the selection criteria set out in the procurement documentation and shall draw up a shortlist of up to four bidders who will then be invited to submit their outline solution against the Authority’s Statement of Requirements (SoR).

A full Statement of Requirements (SoR) will be issued at ISOS stage and shall be used as discussion topics in the Detailed Dialogue (DD) sessions, but at a high-level the successful supplier will be expected to:

• Design eGates & install eGates with the Home Office and Port Operators.

• Pilot and test at early adopter sites. Pilot(s) to be inclusive of testing single eGates designs within a set/bank of eGates, and as a set/bank of eGates. Each pilot installation at early adopter sites is to be piloted in a full service live operational setting for no less than 30 working days post the handover of the eGates system to the Authority.

• Maintain eGates during the contract lifetime.

• Work with the Home Office contract management function to maintain effective services to Home Office.

• Service manage the eGates estate during the lifetime of the contract.

• Ensure all services meet the standards and performance indicators set out in the schedules of the agreed Managed Services Contract.

The size of the contract is to procure between approximately 293 - 377 eGates during the lifetime of the contract.

The Authority will provide Bidders with extensive demonstration instructions and guidance material along with designated time to raise questions and dialogue the demonstration with the Authority prior to demonstration (formal assessment of technical capability) taking place.

The Contract will be for the initial term of a 60-month period starting from the contract Commencement Date, plus the option for the Authority to extend for a further five 12-month periods (one period each time).

This Contract is based on the Cabinet Office Model Services Contract terms v1.07, customised to suit Authority required governance and procedures.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £132,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Authority shall have the option to extend the agreement for a further five 12-month periods beyond the initial 60 months. The estimated contract value stated in this Notice is the value for the contract period including extensions.

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Additional project specific questions to assess each Bidder's technical and professional ability relevant to the eGates Contract being procured. The 4 Bidders that score highest at this stage will be taken through to the next stages of the tender.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

N/A

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Terms and Conditions of the Contract documents which shall be shared at the ISOS stage.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029509

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

Originally published as:

Date

7 February 2022

Local time

12:00pm

Changed to:

Date

14 February 2022

Local time

12:00pm

See the change notice.

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

English

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

Duration in months: 36 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Economic operators should note that due to the sensitive nature of some of the procurement documentation, certain confidentiality agreements are required to be signed before being given access to the procurement documents. Therefore, registration of interest to participate in this procurement should be made by e-mailing future.eGateCommercial@homeoffice.gov.uk in the first instance.

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.

Following receipt of registrations of interest, the Authority will send the Non-Disclosure Agreement (NDA) to the Bidder via the Home Office’s eSourcing Portal to complete and upload via the Portal.

Once the NDA has been returned and verified by the Authority, the Bidder will be added to a closed SSQ on the e-Sourcing Portal. Access to the procurement documents will not be given until and NDA has been signed, therefore Bidders should register their interest and submit a signed NDA at the earliest opportunity to allow maximum time for reviewing and responding to the SSQ documents.

This procurement will be managed electronically via the Home Office’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.

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).

Responses must be published by the date in IV.2.2.

six.4) Procedures for review

six.4.1) Review body

The Secretary of State for the Home Department

London

Country

United Kingdom