Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Mobile Biometric Enrolment Devices

  • First published: 14 April 2022
  • Last modified: 14 April 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
14 April 2022
Deadline date:
13 May 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Secretary of State for the Home Department

2 Marsham Street

London

SW1P 4DF

UK

Contact person: Ewa Klimek

Telephone: +44 2070354848

E-mail: ewa.klimek@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/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


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

Mobile Biometric Enrolment Devices

Reference number: C21537

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 450 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.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).

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: 450 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

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

Objective criteria for choosing the limited number of candidates:

Top 4 ranked bidders - details provided in SQQ Guidance

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

II.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 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

III.2.2) Contract performance conditions

Information provided in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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 000-004084

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

Date: 13/05/2022

Local time: 16:00

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

Date: 18/05/2022

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: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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).

VI.4) Procedures for review

VI.4.1) Review body

Home Office

2 Marsham Street

London

SW1P 4DF

UK

VI.5) Date of dispatch of this notice

13/04/2022

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ewa.klimek@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.