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
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