Notice Information
Notice Title
Request for Information for Facial Recognition Solution
Notice Description
The purpose of this Request for Information (RFI) is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Facial Recognition (FR) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information.<br/><br/>We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.<br/><br/>A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.<br/><br/>Any costs incurred in responding to this RFI are to be covered by the supplier.<br/><br/>Please Note:<br/>This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.<br/><br/>The closing date for responses to this RFI 11/10/2024.<br/><br/>Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise.
Lot Information
Lot 1
Background:
The NCA leads the UK's fight to cut serious and organised crime, protecting the public by targeting and pursuing those criminals who pose the greatest risk to the UK.
The purpose of this document is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Facial Recognition (FR) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information.
We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.
A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.
Please Note:
This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.
The closing date for responses to this RFI 11/10/2024 at 1200.
Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise. Please reach out to the point of contact if you require registration instructions.
The NCA is currently exploring a new FR solution requirement. The requirement includes both purchase of the FR solution, its installation, relevant updates and required support and maintenance at a national, enterprise level.
This RFI aims to achieve the following outcomes:
1. Inform and align the NCA requirement with industry capability and processes.
2. To inform a commercial strategy that enables the implementation of an enduring solution.
3. To explore Total Cost of Ownership (TCO) costings and associated maintenance throughout the contract for the Facial Recognition solution.
Scope of Requirements:
To meet the NCA's requirements, suppliers must be able to provide upon mobilisation of any contract one of the following solutions:
1. Have a proven ability of delivering 1:1, 1:Many, Many:Many Retrospective Facial Recognition (RFR) from still probe images and video footage, singularly and in bulk.
2. Have a proven ability of delivering RFR capability from challenging imagery/video footage - such as poor quality, off-angle and/or non-frontal.
3. Have an FR algorithm that has been rigorously tested through NIST and/or NPL, with proven successful results in relation to 1:1, 1:Many, accuracy and non-demographic bias.
4. Be able to be used in conjunction, as an automated process, with a large image gallery/data-set held on an NCA-owned IT platform.
5. Have the ability to be used in conjunction with Officer Initiated Facial Recognition (OIFR) and Live Facial Recognition (LFR) technologies.
6. Be deployable onto an NCA-owned IT platform which has no direct internet access.
7. Be supported or updated as appropriate.
8. Have the potential to export and ingest identified videos/images so NCA can data share with partners.
Volumes:
The project is scoped to deliver a FR capability to the NCA. It is anticipated that the FR solution will be used in conjunction with a large image data-set. This data-set will be increased and its scope widened over time - as such any FR solution will need to be able to adapt to any increase in data etc.
There will be a requirement for scalability in terms of licence holders as our FR capability matures.
Data, Security and Vetting Requirements:
Should the NCA take this procurement forward, suppliers will have to meet NCA Supply Chain Security, Security Vetting and Data Security Requirements. These details will be included in any future tender but the following mandatory security requirements will apply as a minimum:
- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus;
- HMG Baseline Personnel Security Standard (BPSS) 2018;
- Off-Shoring - Cabinet Office Guidance 2020; and
- Adherence to National Security Vetting
Responding to the RFI:
Responses to this RFI will be reviewed by subject matter experts from different functional areas within the NCA.
Any details provided in response to this RFI will be used for information purposes only and will not be used to determine the potential Suppliers who will be invited to bid, should the NCA proceed to tender.
The results and analysis of this RFI shall not constitute any form of pre-qualification exercise.
Nothing in this RFI, or any other engagements with Industry prior to a formal procurement process, shall be construed as a representation as to the NCA's ultimate decision in relation to the future requirement.
To respond to this RFI please complete this excel spreadsheet making sure to answer all questions and return via the Atamis Portal.
Any supplier costs incurred in responding to, or engaging with, this RFI will not be reimbursed. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk.
Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk
To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:
17:00 Friday 23rd August 2024.
Please highlight any areas/barriers to bidding that you would like to discuss.
The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.
Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires. The NCA cannot confirm that clarification questions will be responded to within a specific timeframe.
The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a50a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031551-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Oct 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 30 Mar 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL CRIME AGENCY
- Contact Name
- Not specified
- Contact Email
- commercial.department@nca.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE11 5EN
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- Newington
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04a50a-2024-10-02T14:45:53+01:00",
"date": "2024-10-02T14:45:53+01:00",
"ocid": "ocds-h6vhtk-04a50a",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04a50a",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Request for Information for Facial Recognition Solution",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "The purpose of this Request for Information (RFI) is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Facial Recognition (FR) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information.<br/><br/>We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.<br/><br/>A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.<br/><br/>Any costs incurred in responding to this RFI are to be covered by the supplier.<br/><br/>Please Note:<br/>This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.<br/><br/>The closing date for responses to this RFI 11/10/2024.<br/><br/>Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise.",
"lots": [
{
"id": "1",
"description": "Background:<br/>The NCA leads the UK's fight to cut serious and organised crime, protecting the public by targeting and pursuing those criminals who pose the greatest risk to the UK.<br/><br/>The purpose of this document is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Facial Recognition (FR) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information. <br/><br/>We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.<br/><br/>A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.<br/><br/>Please Note:<br/>This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.<br/><br/>The closing date for responses to this RFI 11/10/2024 at 1200.<br/><br/>Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise. Please reach out to the point of contact if you require registration instructions.<br/><br/>The NCA is currently exploring a new FR solution requirement. The requirement includes both purchase of the FR solution, its installation, relevant updates and required support and maintenance at a national, enterprise level.<br/><br/>This RFI aims to achieve the following outcomes:<br/>1. Inform and align the NCA requirement with industry capability and processes.<br/>2. To inform a commercial strategy that enables the implementation of an enduring solution.<br/>3. To explore Total Cost of Ownership (TCO) costings and associated maintenance throughout the contract for the Facial Recognition solution.<br/><br/>Scope of Requirements:<br/>To meet the NCA's requirements, suppliers must be able to provide upon mobilisation of any contract one of the following solutions: <br/>1. Have a proven ability of delivering 1:1, 1:Many, Many:Many Retrospective Facial Recognition (RFR) from still probe images and video footage, singularly and in bulk.<br/>2. Have a proven ability of delivering RFR capability from challenging imagery/video footage - such as poor quality, off-angle and/or non-frontal.<br/>3. Have an FR algorithm that has been rigorously tested through NIST and/or NPL, with proven successful results in relation to 1:1, 1:Many, accuracy and non-demographic bias.<br/>4. Be able to be used in conjunction, as an automated process, with a large image gallery/data-set held on an NCA-owned IT platform.<br/>5. Have the ability to be used in conjunction with Officer Initiated Facial Recognition (OIFR) and Live Facial Recognition (LFR) technologies.<br/>6. Be deployable onto an NCA-owned IT platform which has no direct internet access. <br/>7. Be supported or updated as appropriate. <br/>8. Have the potential to export and ingest identified videos/images so NCA can data share with partners. <br/><br/>Volumes:<br/>The project is scoped to deliver a FR capability to the NCA. It is anticipated that the FR solution will be used in conjunction with a large image data-set. This data-set will be increased and its scope widened over time - as such any FR solution will need to be able to adapt to any increase in data etc. <br/><br/>There will be a requirement for scalability in terms of licence holders as our FR capability matures.<br/><br/>Data, Security and Vetting Requirements:<br/>Should the NCA take this procurement forward, suppliers will have to meet NCA Supply Chain Security, Security Vetting and Data Security Requirements. These details will be included in any future tender but the following mandatory security requirements will apply as a minimum:<br/><br/>- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus;<br/>- HMG Baseline Personnel Security Standard (BPSS) 2018;<br/>- Off-Shoring - Cabinet Office Guidance 2020; and<br/>- Adherence to National Security Vetting<br/><br/>Responding to the RFI:<br/>Responses to this RFI will be reviewed by subject matter experts from different functional areas within the NCA.<br/><br/>Any details provided in response to this RFI will be used for information purposes only and will not be used to determine the potential Suppliers who will be invited to bid, should the NCA proceed to tender.<br/><br/>The results and analysis of this RFI shall not constitute any form of pre-qualification exercise.<br/><br/>Nothing in this RFI, or any other engagements with Industry prior to a formal procurement process, shall be construed as a representation as to the NCA's ultimate decision in relation to the future requirement.<br/><br/>To respond to this RFI please complete this excel spreadsheet making sure to answer all questions and return via the Atamis Portal.<br/><br/>Any supplier costs incurred in responding to, or engaging with, this RFI will not be reimbursed. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk.<br/><br/>Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk<br/><br/>To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:<br/>17:00 Friday 23rd August 2024.<br/><br/>Please highlight any areas/barriers to bidding that you would like to discuss.<br/><br/>The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.<br/><br/>Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires. The NCA cannot confirm that clarification questions will be responded to within a specific timeframe.<br/><br/>The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-03-31T00:00:00+01:00",
"atypicalToolUrl": "https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-106415",
"name": "National Crime Agency",
"identifier": {
"legalName": "National Crime Agency"
},
"address": {
"streetAddress": "Units 1-6, Citadel Place, Tinworth Street",
"locality": "London",
"region": "UK",
"postalCode": "SE11 5EN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "commercial.department@nca.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nationalcrimeagency.gov.uk/",
"buyerProfile": "https://www.nationalcrimeagency.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-106415",
"name": "National Crime Agency"
},
"language": "en"
}