Identity Assurance Tender for the Post Office
Post Office Ltd intends to provide identity assurance services across online, telephony and face-to-face channels, throughout its branch network, and under the Post Office brand. Post Office Ltd therefore requires key services that will support that delivery.
UK-London: IT services: consulting, software development, Internet and support
2012/S 39-063450
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Post Office Ltd
148 Old Street
For the attention of: Carol Ayres & Elinor Fentem
EC1V 9HQ London
UNITED KINGDOM
Telephone: +44 7889075923 / 7748701323
E-mail: elinor.fentem@postoffice.co.uk
Internet address(es):
General address of the contracting authority: http://www.postoffice.co.uk/
Electronic access to information: http://rmg.frictionless.com/fsguestvendor/vendordesktop/register?
Electronic submission of tenders and requests to participate: http://rmg.frictionless.com/fsguestvendor/
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)
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: UK nationwide.
NUTS code
The delivered services will include:
— identity verification: providing online, telephony and face-to-face channels that permit the matching of a claimed identity to a claimant to prove ownership to an agreed level of assurance yet to be defined,
— Credential management: the provision of secure management of the credential (e.g. user name, password, hard or soft tokens, biometrics) lifecycle including enrolment, provisioning,, retention of digital identities, customer support, renewal and replacement, revocation,
— Identity Correction Services: Identifying, managing and resolving errors in credentials, identities and attribute data, and revoking identities as required,
— identity authentication: the provision of authentication mechanisms for registered individuals to mutually authenticate with Post Office Ltd across online, telephone (voice) or face-to-face channels. In the web channel the mechanisms will be required to interface with the government infrastructure and Post Office Ltd systems using interfaces to be specified by Post Office Ltd,
— data attributes: the provision of data attributes which may be required to verify claimed identities and validate claims against those identities and their existence. These may include, but not necessarily be limited to, names, gender, and date of birth, address and the history of these items. Provision of addition attribute data such as financial status, electoral roll and other relevant records where available, including verification of that data where appropriate. Services should cover as full a demographic as possible,
— business identity: the provision of key information about companies registered or trading in the UK, including registration, ownership, responsible officers, financial history, credit status,
— certified service: the assurance regime and operational capability of the service provider will be required to comply with Post Office Ltd standards and government requirements for certification of the service. This will include provision of suitable cyber-security controls to, ISO27001 standards as a minimum,
— direct channel support: services invited under this framework should support access over multiple channels including online (web browser and mobile), telephone (voice) and face-to-face,
— geographic reach: services will be required at Post Office’s branches across the UK, including Northern Ireland,
— privacy and consent: services must comply with data protection legislation, and incorporate effective mechanisms to manage user consent and revocation. Services should, where appropriate, demonstrate best practice in management of all aspects of privacy and consent,
— Management Information: Provision of management information services, and interfaces that can be integrated into Post Office’s billing, Electronic Point of Sale (EPoS) and other systems as required,
— innovative delivery: application of innovative processes and technologies to enhance service quality and reduce cost of delivery where appropriate,
— third-party interface: Post Office may wish to offer common interfaces through the identity systems to enable third party identity providers to access Post Office Ltd’s face-to-face services within or outside of the Identity Assurance scheme. Post Office Ltd may wish to assign other services to the contracted provider for delivery through their interfaces,
— other identity management: Post Office Ltd may from time to time require other identity management services, for internal or external use, and would prefer to align these with the architecture delivered under this framework. The contracted provider may be asked to deliver these services.
72000000, 72300000, 72310000
Tenders may be submitted for all lots
Estimated value excluding VAT: 9 000 000,00 GBP
Information about lots
Lot No: 1 Lot title: Consumer Data Services
72000000, 72300000, 72310000
— identity management systems and software supporting SAML2 tokens and able to deliver Single Sign On into Post Office Ltd systems if so required,
— credentials including NFC tokens, consumer NFC reader devices (e.g. USB interfaces), soft and hard one-time password generators, biometric capabilities, consumer EMV card readers and other relevant devices. Integration into prepaid card services would be desirable,
— mobile telephony service integration to facilitate use of mobile devices for authentication and transaction delivery,
— customer relationship management and support services including customer self-service capabilities for online and voice channels with mutual authentication capabilities integrated into the voice channel,
— management interfaces to aid integration of the ID services into POL’s existing systems to ensure alignment with billing and management reporting requirements. Providing suitable interfaces to facilitate the onboarding and management of third-party commercial clients who wish to use POL ID services.
72300000, 72310000, 72000000
Identity Management Services: Provision either of managed services hosted by the provider, or Commercial Off The Shelf services which can be easily integrated into Post Office Ltd’s service offerings, covering:
— Identity management systems and software supporting SAML2 tokens and able to deliver Single Sign On into Post Office Ltd systems if so required,
— credentials including NFC tokens, consumer NFC reader devices (e.g. USB interfaces), soft and hard one-time password generators, biometric capabilities, consumer EMV card readers and other relevant devices. Integration into prepaid card services would be desirable,
— mobile telephony service integration to facilitate use of mobile devices for authentication and transaction delivery,
— customer relationship management and support services including customer self-service capabilities for online and voice channels with mutual authentication capabilities integrated into the voice channel,
— management interfaces to aid integration of the ID services into POL’s existing systems to ensure alignment with billing and management reporting requirements. Providing suitable interfaces to facilitate the onboarding and management of third-party commercial clients who wish to use POL ID services.
72000000, 72300000, 72310000
Section III: Legal, economic, financial and technical information
Description of particular conditions: The award of this contract is conditional upon POL delivering identity assurance services, and particular conditions such as Service Levels may apply.
Minimum standards are particularised in the PQQ.
Section IV: Procedure
Justification for the choice of accelerated procedure: Post Office needs to select a 3rd party provider for identity assurance services to enable it to submit comprehensive bids to government agencies and private companies for these services.
Objective criteria for choosing the limited number of candidates: Please refer to the PQQ. The minimum and maximum relate to the number of operators who will be invited to participate in the ITT stage. To ensure that a number of supplier who appear to be able to offer the best fit solution and the most economically advantageous tender is taken forward.
Section VI: Complementary information
To access the PQQ documents you must first register to obtain access to the Royal Mail Group eSourcing platform. To do this, please use the following url, https://rmg.frictionless.com/fsguestvendor/vendordesktop/ register?ui=ui2 to access the registration form. You will receive your login details via email within two working days, which will be followed shortly by a second automated email inviting you to participate in the PQQ process and providing you with online access to the PQQ documentation.
Requests to participate must be made by supplying all of the information set out in section III.2 (above). This information must be supplied by the date and time listed in section IV.3.4 (above) allowing sufficient time for the registration process to be completed.
The Contracting Authority may require suppliers to supplement or clarify the information submitted under III.2. (above) and may also undertake it’s own audit of the suppliers to verify the information provided.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English courts.
Post Office are not liable for any costs incurred by those expressing an interest in tendering for the contract opportunity. Post Office reserve the right to terminate the procurement process at any time, or to procure the contract by alternative means if it appears that the contract can be more advantageously procured by alternative means. The most economically advantageous or any tender will not be automatically accepted.
As per section 1
As per section 1
VI.5)Date of dispatch of this notice:23.2.2012