Opportunity

Mobile Biometric Enrolment Devices

  • Secretary of State for the Home Department

F02: Contract notice

Notice reference: 2022/S 000-009950

Published 13 April 2022, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for the Home Department

2 Marsham Street

London

SW1P 4DF

Contact

Ewa Klimek

Email

ewa.klimek@homeoffice.gov.uk

Telephone

+44 2070354848

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://homeoffice.app.jaggaer.com/web/login.html

one.3) Communication

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

https://homeoffice.app.jaggaer.com/web/login.html

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/web/login.html

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

Mobile Biometric Enrolment Devices

Reference number

C21537

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Contract Notice is for the purchase of multifunctional Mobile Biometric Enrolment (MBE) devices from a single supplier. The aim is to: reduce the need for wet ink capture and enable a solution which can connect to the Authority’s biometrics database to digitally enrol fingerprint and other biographic data.

The solution will consist of a fingerprint scanner which includes MRZ functionality, and can communicate with an Android smartphone with an electronic notebook application. The tendered contract will also include a requirement for maintenance and support of the devices for a minimum 3-year period.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Purchase of 150 Mobile Biometric Enrolment Devices with minimum 12 month warranty and ability to extend warranty for life of contract. Devices will need to be mobile (hand held) and able to enrol biometric and biographic data for enrolment rather than just verification purposes. Contract will be 3 years with option to extend 2 x 12 month periods to cover on-going support services. A software development kit will be required to integrate device with the Home Office android mobile phones. Additional support will be expected during this time to ensure successful integration. Full details of the requirement can be found in the ITT documentation.

The Bidder's proposed device will be physically tested as part of the ITT evaluation criteria, to ensure it meets the need for both identity verification and enrolment on to the Authority’s biometrics database in environments Immigration Officers are expected to use the device, (detailed in the procurement documents). Suppliers need to note that 3 product/prototype devices must be with the Authority for testing at the same time the ITT phase of the Restricted Procedure closes.

If a Supplier fails to submit a device by this date and time, they may be deemed to have not submitted a compliant bid and that may lead to exclusion from the competition at the Authority’s absolute discretion.

The Authority will not meet any costs or expenses incurred by Suppliers in participating in the procurement, including, but not limited to, the costs associated with providing a product/prototype for testing. The Authority cannot guarantee the condition of the device post testing. If a supplier wishes to have their device returned this will be at their own arrangement cost and expense. In addition, and at their own cost and expense, during the testing period the Supplier agrees to provide sufficient guidance and support to enable the use of their device during the evaluation (expected to be 1 month (approx.) in duration).

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: £450,000

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

Duration in months

60

This contract is subject to renewal

No

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:

Top 4 ranked bidders - details provided in SQQ Guidance

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

two.2.14) Additional information

The Authority is not responsible for any bidding costs incurred by Participants, in respect of this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of the requirements and accept or reject any tender


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Information provided in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004084

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

Date

13 May 2022

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 May 2022

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: 9 (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

This procurement will be managed electronically via the Authority's e-Sourcing portal (JAGGAER). If you have not yet registered on the e-Sourcing Portal before, this can

be done online at https://homeoffice.app.jaggaer.com/web/login.html 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 e-Sourcing Portal and to receive unrestricted and full access to procurement documents you will first be required to sign a Non-Disclosure Agreement (NDA). Email haroon.abbasi@homeoffice.gov.uk clearly stating the procurement reference, supplier name and contact registered on the e-Sourcing Portal to access the NDA. Once NDA has been signed and returned you will be invited to access the 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).

six.4) Procedures for review

six.4.1) Review body

Home Office

2 Marsham Street

London

SW1P 4DF

Country

United Kingdom