Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Secretary of State for the Home Department
Home Office, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: UKVI Asylum & Protection Procurement Team
E-mail: asylumprotection.procurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/home-office
Address of the buyer profile: https://homeoffice.app.jaggaer.com/web/login.html
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://homeoffice.app.jaggaer.com/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://homeoffice.app.jaggaer.com/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contract for the provision of Language Analysis Services
II.1.2) Main CPV code
71620000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is responsible for the processing of asylum claims. This may be from individuals who are undocumented and for whom there is reason to have doubts about their claimed country of origin. The UK currently uses language analysis methods to support identification of an individual's country of origin. Therefore, there is a requirement for a service to analyse individuals' speech via interview to pinpoint linguistic origin and therefore country of origin where an individual's claim of origin is in doubt.
It is estimated that the contract will be let by August 2022 for a minimum of three years with a possible one year extension provision.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79540000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Authority seeks a supplier to provide the linguistic experts who are highly qualified in the field with the accompanying credentials, and will be able to demonstrate their expertise and relevant previous experience for the purpose of Language Analysis services. The Language Analysis service is currently used to assist in identifying an asylum applicant's true place of origin where it is in doubt via analysis of the individuals linguistic origin.
This service should consist of a direct interview via telephone or by video teleconferencing software with a linguistic expert who has first-hand knowledge of the country and culture the person claims to be from, together with mother tongue comprehension of the stated language. The interview is also for the purpose of making a recording of the individual's speech, which is of sufficient quality and duration to enable analysis of the individual's language so that conclusions can be drawn as to that individual's linguistic origin(s).
A clear, detailed and reasoned linguistic analysis will include the study of all relevant elements of an individual's speech which, when analysed in the light of objective country information, will provide a determination of the person's nationality and country of origin. Following an initial indication, a preliminary report will need to be made to the Authority either via email or verbally by video teleconferencing software as requested by the Authority. A full written report in which the final conclusion as to the tested individual's claimed or actual linguistic origin are laid out and reasoned; this report is to be issued electronically using an agreed secure electronic form of transfer. The supplier may also be requested to provide a secure encrypted removable media of the audio recordings of the analysis interview on which the full written report is based on and, in selected cases, transcriptions in English of the audio recordings of the analysis interview.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.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:
possible one year extension (12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-003644
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/04/2022
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/04/2022
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below. The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Tender responses to any requests for information, requests for quotes, or requests for proposals via the internet rather than in paper form.
To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to Register. All suppliers interested in learning more about any potential contract opportunities described in this contract notice should submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address: asylumprotection.procurement@homeoffice.gov.uk.
Arrangements will then be made for registered suppliers to access the eSourcing Portal for this opportunity so that they can provide a signed non-disclosure agreement to enable access to the Language Analysis Procurement Documents and ITT event on the eSourcing Portal. Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected. Participants are requested to express interest by Friday 29th April 2022, to allow sufficient time for the tender administrative process and submission of responses. The authority requires new participants to sign a non-disclosure agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the authority will either confirm receipt of an NDA as part of market engagement or provide access to the NDA document through the eSourcing portal. If required, the authority will expect participants to download and reattach a signed copy of the NDA to the event. When saving the 'pdf' document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the authority, participants will be invited to the standard selection questionnaire and will be able to access all of the project documentation. The closing date for submissions will be 4pm on Wednesday 11th May 2022. ITT Response clarification requests must be submitted no later than 4pm on Wednesday 4th May 2022.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
11/04/2022