Published date: 7 April 2017

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 30 June 2017

Contract summary

Industry

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

Location of contract

London

Value of contract

£24,600,000

Procurement reference

17-138921-001

Published date

7 April 2017

Closing date

30 June 2017

Contract start date

24 November 2017

Contract end date

23 November 2025

Contract type

Service contract

Procedure type

Restricted procedure

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Contracting Authority intends to procure a Biometric Matcher Platform & associated Services (BMPS) to deliver biometric search and verification capabilities across multiple biometric modalities and for multiple data sets (immigration, citizenship, law enforcement etc) as part of the Home Office Biometrics (HOB) programme.
Separate lots will be used to procure the Matcher Service Supplier, a standard (minutiae based) Matcher Engine Software Supplier and an orthogonal (non-minutiae based) Matcher Engine Software Supplier. The contracts will be for an initial term of five (5) years with an option to extend by a further two (2) years and then one (1) year (i.e. 8 years altogether)
Biometric Matcher Platform & Services (BMPS) Overview
The BMPS as a key sub-system will provide matching services to the wider Biometrics Services Platform. The BMPS will split into two:
• Matcher Service Bus - containing the biometric transaction processing logic, workflow rules, integration of Matcher Engine Software deployments and presentation of a Matcher Service interface to service requestors.
• Matcher Engine Software - a combination of algorithm software and associated components deployed as "Matcher Engines" that provide the biometric matching capability to the Matcher Service Bus.

Further details of the three (3) Lots supporting the components described are:
Lot 1 - Matcher Service Supplier (MSS):-

Lot 2 Biometric Matching Engine Software (BMES) (minutiae based) Supplier(s)

Lot 3 Biometric Matching Engine Software (non-minutiae based) Supplier(s)

All personnel involved in the design, delivery and testing of the solution must hold security clearances (SC) from the Home Office and Police Service and depending
on the role and level of access to live systems and data may also require Non Police Personnel Vetting- Level 3.

The Contracting Authority requires that security clearances be applied for at the earliest opportunity. Please see additional information

Currently the planned date of dispatch of an OJEU notice is Q2 2017
Estimated costs excluding VAT are:
Lot 1: 5 year 13,300,000 8 year 17,600,000
Lot 2: 5 year 10,800,000 8 year 16,200,000
Lot 3: 5 year 500,000 8 year 800,000
Currency: UK Pounds Sterling
Information about Lots
This Contract is divided into Lots: Yes
The authority intends in this procurement for the Strategic Matcher Service that the MSS will be independent from the BMES provider(s), and separate in Lots accordingly, such that.
• The legal entity leading a Lot 1 bid or a subcontractor in a bid for Lot 1 cannot bid as the legal entity leading (or a subcontractor in) a bid for either of Lots 2 or 3.
• A legal entity leading a bid can win any or both of Lots 2 and 3 by bidding for each of those Lots separately and winning that Lot on the merits of that bid.


More information

Additional text

This procurement will be managed electronically via the Crown Commercial Service's eSourcing Suite.
Prospective suppliers interested in participating in this procurement should follow the following process:
1) Each supplier must first register their Company and primary contact/s (if not already registered) on the CCS eSourcing Suite. Please see the section below titled- How to register on the CCS eSourcing Suite.
2) Following registration onto the CCS eSourcing Suite, email the project team at HOBMatcherBids@homeoffice.gsi.gov.uk to register interest and confirm the details of its primary contact(s) (maximum of 3 contacts) as soon as possible.
3) A Non-Disclosure Agreement (NDA) and Security Clearance instructions pack will then be issued via email or through the eSourcing Suite by the project team.
4) A signed copy of the NDA should be returned to the project team electronically at HOBMatcherBids@homeoffice.gsi.gov.uk by each interested supplier in order to participate in the procurement.
5) In preparation for its intended release of a OJEU Contract Notice the Authority may create a virtual data room containing a wide range of information and supporting documentation to assist suppliers in preparation for their ITT responses. Information classified OFFICIAL will be available through the virtual data room accessible through the e-sourcing portal. Information classified OFFICIAL SENSITIVE will be made available at a London location of the Contracting Authority, where suppliers SC cleared personnel can visit by prior appointment.
6) Please note that, up to the date of release of an OJEU notice the Contracting Authority reserves the right to not enter into a procurement exercise.
How to register on the CCS eSourcing Suite:

This can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. 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. Full instructions for registration and use of the system can be found at:
https://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service Helpdesk : Freephone: 0345 010 3503

Award Criteria: Most Economically Advantageous Tender (MEAT)
MSS and MES Suppliers will be expected to carry out BAT with the Authority prior to submitting a response to the ITT. The test results from this BAT exercise will form part of the evaluation criteria.
Duration of the contract: initial term of five (5) years with an option to extend by a further two (2) years and then one (1) year (i.e. 8 years altogether). Variants will NOT be accepted.


About the buyer

Address

Metro Point
49 Sydenham Road
Croydon
CR0 2EU
England

Email

HOBMatcherBids@homeoffice.gsi.gov.uk

Website

http://www.homeoffice.gov.uk