Home Office Digital Interviewing Project
The scope of the Home Office Digital Interviewing Project is for the digital upgrade of 150 interview rooms spread across 12 UK sites and the subsequent access to all the recorded interview data (both text and audio).
United Kingdom-London: IT services: consulting, software development, Internet and support
2016/S 123-221168
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Secretary of State for the Home Department
Seacole 2 Marsham Street
For the attention of: Sonia Price, Anna Marie DeCastro
SW1P 4DW London
United Kingdom
Telephone: +44 2070351062
E-mail: sigconvergencecommercial@homeoffice.gsi.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Kent, Croydon, Leeds, Newcastle, Liverpool, Glasgow, Cardiff, Solihull, Harmondsworth, Bedfordshire, Belfast, Houslow, Colnbrook and mobile unit across the UK.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The scope of the Home Office Digital Interviewing Project is initially for the digital upgrade of 150 interview rooms (plus 10 mobile devices) spread across 13 UK sites and the subsequent access to all the recorded interview data (both text and audio). In total there will be approximately 550 users requiring different levels of user profiles/access — and there is an estimated 35 000-40 000 interviews to be captured each year.
The Home Office Digital Interviewing solution should be regarded as a collection of services. These services are
— Digital interview capture and applicant output including multiple participants and video-conferencing integration. Provision of software and equipment to enable audio recording in each interview room.
— Cloud-hosted Storage and View: during interview to produce an interview record as output from the interview. Word or text processor functionality integrated or aligned with service 1.
— Cloud-hosted Value added services where all output is stored and is accessible to Home Office end users, legal representatives and applicants. Universal functionality aligned with services 1 and 2 to make the digital interviewing service viable from a business perspective.
II.1.6)Common procurement vocabulary (CPV)
72000000, 30000000, 48000000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 000 000 and 4 000 000 GBP
II.2.2)Information about options
Description of these options: Optional services that can be taken up or partially terminated as required as detailed in the ITT.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Bidders will be assessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to the ITT. See ‘Guidance to Bidders — Evaluation Criteria and Scoring Methodology’ in relation to the ITT.
The ITT can be accessed at:https://ccsesourcing.cabinetoffice.gov.uk using the instructions detailed in section VI.2.1) of this notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Bidders will be assessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to the ITT. See ‘Guidance to Bidders — Evaluation Criteria and Scoring Methodology’ in relation to the ITT.
The ITT can be accessed at:https://ccsesourcing.cabinetoffice.gov.uk using the instructions detailed in section VI.2.1) of this notice.
III.2.3)Technical capacity
Bidders will be assessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to the ITT. See ‘Guidance to Bidders — Evaluation Criteria and Scoring Methodology’ in relation to the ITT.
The ITT can be accessed at:https://ccsesourcing.cabinetoffice.gov.uk using the instructions detailed in section VI.2.1) of this notice.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 40
2. Delivery of solution. Weighting 20
3. Implementation. Weighting 15
4. Service Delivery management. Weighting 5
5. Modernisation. Weighting 5
6. Security. Weighting 10
7. Additional Services. Weighting 5
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): This project is part funded by the EU Asylum, Migration and Integration Fund. Making management of migration flows more efficient across the European Union.
VI.3)Additional information
1) Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, the Home Office intends to publish the ITT document, and the text of any contract awarded, subject to possible redactions at the discretion of the Home Office. Further information on transparency can be found at:
2) The Home Office expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it
may see fit to the content and structure of the tendering competition; and in no circumstances will the Home Office be liable for any costs incurred by the Bidders. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
3) Electronic ordering, invoicing and payment may be used by Contracting Authorities.
4) The duration referenced in Section II.1.4) is for the initial period. The Authority may extend the duration of the Framework from expiry of the initial term of 3 years, with an option to extend for a further 24 month period, consisting of two 12 month periods, from the expiry of the initial Contract Agreement period of 3 years.
5) The value provided in Section II.1.4) is only an estimate.
6) The Home Office intends to establish a Contract for Digital Interviewing equipment which will including hardware, software, service integration and hosting. for use by or on behalf of itself and other UK public sector bodies in England, Scotland,
Wales and Northern Ireland (and their statutory successors and organisations created as a result of re-organisation or organisational changes). The Contract is primarily intended for use by the
following public sector bodies (as defined in the Public Contracts Regulations 20157) The Contracting Authorities reserve the right to procure some of their needs for Digital Interviewing services and associated equipment outside of this procurement exercise.
7. This procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing
Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Registration for CCS e-Sourcing’. 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 http://ccs.cabinetoffice.gov.uk/i-amsupplier/
respond-tender. It should be noted that it may take up to ten (10) working days for Dun and Bradstreet to respond with a DUNS number.
Once you have registered on the eSourcing Suite a registered user can express an interest for a specific procurement. This is done by emailingsigconvergencecommercial@homeoffice.gsi.gov.uk Your email should be entitled ‘Home Office Digital Interviewing ’ — and must clearly state; the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service
Helpdesk: Freephone +44 3450103503, email: supplier@ccs.gsi.gov.uk
8) In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit requests for clarifications is 13.7.2016. VI.4).
VI.4.1)Body responsible for appeal procedures
David Taylor
Seacole 4th Floor 2 Marsham Street
SW1P 4DF London
United Kingdom
E-mail: david.taylor2@homeoffice.gsi.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
Sonia Price
Seacole 2 Marsham Street
SW1P 4DF London
United Kingdom
E-mail: sonia.price@homeoffice.gsi.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
IT Support Services Contract Richmondshire District Council
Identity Provider Access and Management Service
Central Buying Consortium Software Supply Framework
ICT and AV Infrastructure and Hardware Consultant