Tender

UK_264 Identity Verification Solution

  • British Council

F02: Contract notice

Notice identifier: 2024/S 000-027022

Procurement identifier (OCID): ocds-h6vhtk-04936f

Published 23 August 2024, 11:43am



Section one: Contracting authority

one.1) Name and addresses

British Council

1 Redman Place

London

E20 1JQ

Contact

Seyi Osoba

Email

seyi.osoba@britishcouncil.org

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.britishcouncil.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/britishcouncil

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Registered Charity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UK_264 Identity Verification Solution

Reference number

BC/03610

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The International English Language Testing System (IELTS) is a standardized test designed to assess the English language proficiency of non-native speakers. It is widely used for educational, immigration, and professional purposes. It is jointly managed by the British Council, IDP and Cambridge English, and was established in 1989. IELTS is a high stakes test, and its result profoundly influence those taking it in terms of being deciding factor in their future opportunities such as employment, studying and immigration. IELTS is the world’s most trusted English tests. IELTS is accepted by governments of the UK, Australia, Canada and New Zealand and also accepted by over 12500 organisations in governments, employers and educational institutions. IELTS has the highest quality controls, enhanced security procedures, and integrity management practices and we aim to enhance the identity verification systems and processes in line with the latest technology in market.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

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

This will be a Global Contract but will be managed from the UK.

two.2.4) Description of the procurement

We are looking for one supplier who can provide advanced Identity Verification technologies and processes, provide necessary configurational capabilities and maintain a database of officially authorised types of ID documents that can be used in Identity Verification process in various countries. This will allow us to improve customer service, reduce manual effort of the staff members during ID verification process and reduce the rate of malpractice.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3year contract with a further option to extend for 12 months + 12 months

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

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

23 September 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 September 2024

Local time

12:05pm

Place

British Council


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Suppliers who wish to express an interest and take part in the tender process will be required to register on our e-Tendering portal In-Tend hosted at https://in-tendhost.co.uk/britishcouncil.Once registered, bidders must log-in to the website where they can view the project and access the bidders pack and submit their return. Bidders will also be required to demonstrate their capability and `means of proof` will be required. These conditions are outlined in the ITT.

six.4) Procedures for review

six.4.1) Review body

The High Court Royal Courts of Justice

Strand

London

WC2LL2A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).