UK Visas and Immigration Front End Services Tender
Services include an identity check, the capture of biometrics, digitisation of supporting evidence.
United Kingdom-London: Data capture services
2017/S 150-310539
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact person: Moira Barrett
E-mail: FrontEndServices@homeoffice.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Front End Services — UK Visas and Immigration.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This procurement is for delivery of Front End Services (FES) in the UK. On current forecasts, over 780 000 customers are expected to use FES (UK) each year to support their applications to either extend their stay, settle or to pursue British nationality. Services include an identity check, the capture of biometrics, digitisation of supporting evidence and secure submission of all data to the Authority. The FES (UK) Supplier will be required to provide all the premises, people, hardware and software to deliver these services as well as supporting integration with Authority systems in line with GDS standards.
The Supplier will also be required to offer a range of optional and chargeable services that generate revenue.
FES (UK) is expected to be available to customers from October 2018.
The 91 000 000 GBP value quoted below refers to a five year service duration, including a two year optional extension that may be required at the Authority’s absolute discretion.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nationally.
II.2.4)Description of the procurement:
The Home Office acting through UK Visas and Immigration (UKVI) is the Authority procuring FES (UK). UKVI’s strategic ambition for FES (UK) is to create a streamlined, digitised and accessible application service, whilst offering a choice for customers in how they experience that service and facilitate opportunities to generate revenue that align with customer demand.
UKVI’s ambition is to move, where appropriate, to a self-service, digital experience for all parts of the application process. UKVI believes that there is a role for a commercial supplier in achieving this ambition within the UK and particularly to diversify the offer, deliver efficiency and enhance the customer experience.
The services in the scope of this procurement fall into three main categories:
— core services,
— priority services, and
— added value services.
These services will be contracted for a 3 year period with an option for the Authority to extend for up to 2 additional years.
Core Services:
— Biometric capture,
— Identity check, and
— Digitisation of supporting evidence.
The FES (UK) Supplier will be required to provide the biometric capture hardware and software and transmit individuals’ biometric data in a way that reconciles with the Authority systems.
All identity documents and supporting evidence will be checked and digitised or electronically sourced and transmitted in a way that reconciles with Authority systems. The FES (UK) Supplier will be required to provide the digitisation or electronic sourcing solution and any hardware and software. The FES (UK) Supplier will undertake an identity check to confirm the customer has the same details and physical appearance as the identity document photo.
The FES (UK) Supplier is encouraged to deliver a mixed economy and continue to innovatively develop solutions, as technology and customer behaviour evolves over the term. These may include mobile, on-demand and self-service solutions for any core services.
Priority Services.
The FES (UK) Supplier will be required to support UKVI Priority services that provide faster decision alternatives to the standard service. They will be required to identify Priority service customers and ensure service interaction is undertaken in line with UKVI defined timescales.
Added Value Services.
The FES (UK) Supplier will provide optional services which a customer may choose to purchase in addition to the Core services in order to supplement and/or enhance their experience (referred to as Added Value Services (AVS)). The FES (UK) Supplier will be expected to develop and continually evolve its range of AVS, through its knowledge of the market. Existing demand for such services, that may be related to or are in addition to but do not form part of the Core services, will be shared by the Authority. These AVS are expected to generate a revenue stream.
The AVS could offer additional convenience, comfort and assistance to customers and could include variations on delivery of Core services as well as unrelated products or services that may otherwise suit the customer groups. The Authority expects the FES (UK) Supplier to ensure that any AVS provided should not comprise any age restricted or otherwise illegal or inappropriate services, nor any services that could be seen as or are detrimental to the reputation of the Authority.
Safeguards must be implemented to ensure that customers are aware that the purchase of such AVS is not a mandatory requirement of the application process.
Potential Future Services.
Interviewing services, if required, would need to be facilitated for the customer through digital solutions by a FES (UK) Supplier. The FES (UK) Supplier would be expected to provide the premises, hardware and software required to ensure connectivity with Home Office systems to allow for Authority interviewers to remotely interview customers, should this service be required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract can be extended for up to 2 additional years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of this. 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 there quirements; and accept or reject any tender.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Respondents are requested to express interest by 24.8.2017 17:00 BST; the process for expression of interest and requesting further information is set out below.
For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.
The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest process, please follow the steps set out below.
The procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing 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 ‘Register 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 and 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://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once registered, organisations wishing to participate in the tender must send an email to: FrontEndServices@homeoffice.gsi.gov.uk. The email should be entitled ‘FES — Expression of Interest’ and contain the following details: your organisation’s name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
The Authority requires Respondents 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 provide access to the NDA document through the eSourcing portal. The Authority requires Respondents to download and re-attach a signed copy of the NDA to the event. When saving the ‘pdf’ document, please ensure that you include the Respondents organisation’s name in the file name.
Once a correctly signed NDA is received by the Authority, Respondents will be invited to the Request for Information (RFI) Event and will be able to access all of the project documentation.
Any clarification requests must be submitted no later than 25.8.2017, 17:00 BST.
Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Responses must be submitted no later than 4.9.2017, 17:00 BST.
For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-desk:freephone: +44 345 410 2222 or email: eenablement@crowncommercial.gov.uk
VI.4.1)Review body
Not Applicable
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Schools’ Management Information System
Shared Services Infrastructure Tender
Pensions Ombudsman IT Managed Service Contract
BBC Tender for CMS Modernisation Programme
Supply and Implement an XBRL Processor for the Bank of England