Dokumendiregister | Siseministeeriumi infotehnoloogia- ja arenduskeskus |
Viit | 3-17/161 |
Registreeritud | 18.05.2023 |
Sünkroonitud | 06.05.2024 |
Liik | Väljaminev kiri |
Funktsioon | 3 Õigusteenindus. Hanked |
Sari | 3-17 Raamlepingute alusel teostatavate tellimuste ja minikonkursside dokumentatsioon |
Toimik | 3-17/2023 |
Juurdepääsupiirang | Avalik |
Juurdepääsupiirang | |
Adressaat | |
Saabumis/saatmisviis | |
Vastutaja | Lagle Sokmann (õiguse ja hangete osakond, hangete tiim) |
Originaal | Ava uues aknas |
Annex 1. PUBLIC CONTRACT DRAFT
(clauses of the contract may change due to the length of the rental period)
General information about the Contract
Date of registration and contract number {regNumber}
Details of the Parties:
Contracting
Authority
IT and Development Centre. Ministry of the Interior, Estonia
Registry code 70008440
Address Mäealuse 2/2, 12618 Tallinn, Republic of Estonia
Representative
person of the Contracting Authority
Mart Nielsen, Director General
Basis of
representation
statue
Contact persons 1. Rein Süld, Program Manager, +372 58857449, [email protected],
2. Kristjan Tammepõld, Product Owner, +372 53065178, [email protected];
3. Kaija Kirch, Head of ID Services Department, +372 5235457, [email protected].
Contractor Speed Identity AB
Registry code SE 556082-7551
Address Slakthusgatan 9, SE-121 62 Johanneshov, Sweden
Representative of the
Contractor
Björn Alldén, CEO
Basis of representation
Articles of association
Contact persons Magnus Ehrenborg, Project Manager, +46 705 445 454,
magnus.ehrenborg@speed- identity.com
1. Grounds for the
conclusion of the Public
Contract
Framework Agreement No 3-4/322 concluded in 23.02.2022 (procurement reference number 238233), Contracting Authority ___ order (procurement reference number 263574)
and Contractor …..Tender
2. Object of the Public
Contract
Lease, supply and install three (3) digital Booths as described in Annex 2. The Contracting Authority is also provided with
second-level technical support for digital Booth in accordance with clause 12.1 of the Technical description (Annex 2).
The Booth curtains, as described in clause 1.2.1 of the technica l description, must be U-shaped.
The digital Booths must include, in addition to what is given in
the technical description, a card reader plastic guard to protect the client from forcing their card into the digital booth machine.
3. Source of funding State budget
4. Performance of the object of the Public contract
4.1. The time limit and addresses for delivery of the object of the Public contract set forth in
clause 2 shall be following: 4.1.1. one (1) digital Booth within four (4) weeks from the conclusion of the contract to
the PBGB service point A.H.Tammsaare tee 47, Tallinn; 4.1.2. one (1) digital Booth within four (4) weeks from the conclusion of the contract to
the PBGB service point P.Pinna 4, Tallinn;
4.1.3. one (1) digital Booth within four (4) weeks from the conclusion of the contract to the PBGB service point Riia 132, Tartu.
4.2. The rental period for the object specified in the Public contract is until 31.03.2027. 4.3. The rental term of the object of the Public contract and the calculation of the payment of
the rent of the digital Booths start from the day of signing the record of delivery and receipt
of the object of the Public contract. 4.4. The record of delivery and receipt shall be drawn up in accordance with the provisions of
the framework agreement. 4.5. In matters not agreed upon in this Public contract, the provisions of the Framework
Agreement shall prevail.
5. Value of the Public contract and settlement procedure
5.1. The total value of the Public contract is ____ euros plus VAT, including, inter alia, the fees for the intellectual property rights, if applicable.
5.1.1. the rental price for one (1) calendar month of one (1) digital Booth set forth in clauses
2 and 4 of this Public contract is 769,00 euros excluding VAT. 5.2. The price set out in clause 5.1. is final for the Contracting Authority and include all costs
necessary to fulfil the Terms and Conditions of the Framework Agreement and the Public
contract, including the transport and installation of the digital Booths referred to in clause 4.1. of this contract and in clause 2.2 of the Framework Agreement.
5.3. The Contractor shall submit to the Contracting Authority an invoice for the rental of digita l Booths once (1) a calendar month by the 5th (fifth) day of each calendar month.
5.4. The Contractor shall send the Contracting Authority e-invoices under the Estonian e-
invoice standard. In addition to the data specified in the standard, the e-invoice must include the surname of the Contracting Authority's contact person and the public
procurement reference number and the Framework Agreement number and the order reference number (if any) and the public contract number if the public contract is awarded on the basis of an e-procurement environment. The e-invoice must be sent via the e-invoice
operator. The e-invoice is considered to be received from the date of its receipt by e-invoice operator.
If the Contractor is not able to send invoices in an .xml format or e-invoices, an invoice in .pdf format must be submitted to the e-mail address at [email protected]. The name of the file must include the name of the Contractor followed by the invoice number. The invoice
submitted by the Contractor shall include the public procurement reference number, Framework Agreement number, the order reference number (if any) and the public contract
number if the contract is awarded on the basis of order submitted via the e-procurement environment, the name of the Contracting Authority's contact person, the bank details necessary for making the payment and comply with the requirements of the VAT Act. An
invoice that does not comply with the Terms and Conditions set forth in this Contract shall not be deemed payable.
5.5. Payment of the invoice shall be made within 21 (twenty-one) calendar days after the
receipt of the invoice compliant with the contractual requirements submitted by the Contracting Authority.
6. Validity of the public contract
6.1. The public contract enters into force as of the moment the Parties have signed the public
contract. 6.2. The public contract shall be valid until the fulfilment of the contractual obligations. 6.3. The Contracting Authority has the right to extend the rental period set forth in clause 4.2
up to 24 months, if necessary. As a result, the amount of the total value of the Agreement established in clause 5.1 of the Agreement may also go through changes. Upon extension
of the public contract, the monthly rental cost of one digital Booth that was the basis for concluding the public contract shall remain valid.
6.4 The Contracting Authority shall notify the Contractor in writing at least 30 days in advance
in a form that can be reproduced in writing.
7. Annexes to the Agreement
7.1. Annex 1 – Contractor's Tender; 7.2. Annex 2 – Contracting Authority's Technical description;
7.3 ……...
Annex. Form of the record of delivery and receipt
Basis (fill in the blanks that apply):
Public procurement reference number: “Reference number”
Framework Agreement No.x-x/xxxx, concluded in dd/mm/yyyy ,
Competition / order reference number: „Reference number“
Public contract No. x-x/xxxx, awarded in dd.mm.yyyy ,
Number and title of externally funded project: Project_number and the ’’Title of the Project“
Hereby ………….. (Contractor, name of the Company) shall deliver and ……… (Contracting
Authority, name of the Agency) shall accept (hereinafter the subject-matter of the
Agreement):
1. …… .. (fill in as detailed a content as possible, arising from the subject-matter of the
Agreement: the cost of the result; period of performance of the development or
maintenance services; the volume and cost of the hours of development or maintenance
work; product code, its description, quantity, serial number, unit and total cost);
2. ………(list of documents).
The value of the subject-matter of the Agreement to be delivered is ………………. euros
(excluding VAT).
………………. (Contractor, name of the contractual contact person) confirms that the subject-
matter of the Agreement has been delivered on time, in accordance with the Terms and
Conditions laid down in the Agreement.
……………. (Contracting Authority, name of the contractual contact person) confirms that the
accepted subject-matter under the Agreement complies with the Terms and Conditions
laid down in the Agreement and that the subject-matter of the Agreement has been
delivered and received in compliance with the Term and the Terms and Conditions set
out in the Agreement.
This record of delivery and receipt is digitally signed.
Contractor: Contracting Authority:
………………… ………………….. / name of the institution / / name of the institution /
………………….. …………………..
/ name of signatory / / name of signatory /
INFORMATION TECHNOLOGY AND DEVELOPMENT CENTRE OF THE
MINISTRY OF THE INTERIOR
Rental of Booths for Capturing Biometric Data
Annex 2. Technical description
Tallinn 2021
2
ABBREVIATIONS
DEFINITIONS
Abbreviation Description
HQ High Quality
ICAO International Civil Aviation Organization
IEC International Electrotechnical Commission
ISO International Organization for
Standardization
JFIF JPEG File Interchange Format
JPEG/JPG Joint Photographic Experts Group
NFIQ NIST Fingerprint Image Quality
PBGB Police and Border Guard Board
SMIT Information Technology and Development
Center of the Ministry of the Interior
sRGB Standard Red Green Blue
WCAG Web Content Accessibility Guidelines
WSQ Wavelet Scalar Quantization
Definition Description
Biometric data In the context of this document and the
procurement, only such types of biometric
data will be considered - facial image, i.e.
photo, fingerprints and signature image.
Contracting Authority The term "Contracting Authority" is used to
refer to SMIT which is responsible for the
Tender procedure and is the Contracting
Authority.
Contractor The term "Contractor" / "Tenderer" is used
to refer to the supplier of the requested
solution, i.e. the winner of the procurement.
Booth / Kiosk The term is used to refer to the solution
which is the subject of the Contract.
Self-service Booth / Self-service Kiosk The term is used to refer to the solution
which is the subject of the Contract and to
which additional requirements apply.
PBGB Police and Border Guard Board
REFERENCES TO STANDARDS
# Standard Issuer Date
[EN 62262] Degrees of
protection provided
by enclosures for
electrical equipment
against external
mechanical impacts
(IK code)
EN Standard 2002
[ISO / IEC 19794-4] [ISO / IEC 19794-4:
Information
technology —
Biometric data
interchange formats
— Part 4: Finger
image data
ISO December 2011
[ISO / IEC 19794-5] [ISO / IEC 19794-5:
Information
technology —
Biometric data
interchange formats
— Part 5: Face
image data
ISO November 2011
4
1. Procurement scope
1.1. The subject of the framework agreement is the rental, transport, support and
installation of Booths and self-service Booths for capturing biometric data (photo or
facial image, fingerprints and signature image) required for the administrative
procedure to the extent and locations specified in the Technical Specifications (Annex
2). The specifications of self-service Booths are described in clauses 1.16, 3.1, 3.2,
5.21, 6.3, 8.6, 9.4, otherwise all Booths must be identical. Booths will be installed in
the following locations:
1.1.1. 1 (one) test Booth to the Contracting Authority's premises in Tallinn, which
allows testing the compliance of the Booth and the self-service Booth with the
technical requirements. The test Booth must be of the same model as the other
Booths and consist of the same components.
1.1.2. 1 (one) self-service Booth to Sillamäe police station, with the aim of piloting the
operation of this type of Booth in real life situations.
1.1.3. 1 (one) Booth to the PBGB service point in Tallinn, with the aim of piloting the
operation of this type of Booth in real life situations.
1.1.4. 26 (twenty-six) Booths to PBGB service points all over Estonia. Information on
the addresses of service points is available on the PBGB's website
www.politsei.ee . The locations of the Booths and their number in a specific
location are specified in the procurement contract.
1.1.5. If the respective order is submitted during the validity of the framework
agreement, then up to 20 (twenty) self-service Booths to the premises of an
external service provider designated by the Contracting Authority or to the PBGB
service points within the Republic of Estonia. The Contracting Authority decides
on ordering the self-service Booths specified in this clause on the basis of the
results of the implementation of the self-service Booth specified in clause 1.1.2..
The Contracting Authority may decide not to order the self-service Booths
specified in this clause. The corresponding self-service Booths are installed in
rooms where there is no representative of the PBGB. The availability of the
necessary rooms is ensured by the PBGB. Testing of compliance with the technical
requirements will be agreed with the Contractor after placing the respective order.
1.2. Each of the Booths mentioned in clauses 1.1.1.-1.1.5. will be supplied and installed
with the components listed in the following clauses:
1.2.1. Covers required to block out external light and to ensure privacy, such as curtains
that are easy to remove and clean, together with the structural elements needed to
attach them. The Contractor will provide the Contracting Authority with a
sufficient reserve of these covers and structural elements needed to attach them for
the entire duration of the Contract. Adequate reserves will be agreed during the
performance of the Contract.
1.2.2. LED back panel that allows you to change the tone and intensity of the backlight.
1.2.3. A height-adjustable seat that makes it easy to take a photo, suitable for both small
children and adults. The construction and dimensions of the seat will be agreed
during the performance of the Contract.
1.2.4. If it is necessary to use an aid for photographing a small child in the
accompanying person's lap, the aid being the background of the photo that hides
the accompanying person in the frame, then the aid must be delivered to the
5
Contracting Authority together with the Booth and ensured its existance during the
entire validity period of the Contract.
1.2.5. The Booth wall must be equipped with a mirror or the Booth screen must display
the camera image directly or reflect the persons image in a mirror like manner.
1.2.6. The inside of the Booth must have a possibility of hanging the customer's
personal belongings or placing them above the floor in such a way that they do not
interfere with the capturing process.
1.3. The Booths referred to in clause 1.1. and the accompanying components referred to in
clause 1.2. must be new and unused.
1.4. The Booths referred to in clause 1.1. must have the capturing software adapted to the
Contracting Authority's requirements. The capture software must run on a Windows
10 Enterprise platform installed and managed by the Contracting Authority.
1.5. The Booth software must be compatible with the Contracting Authority's REST API-
based interfaces, the exact specification of which will be agreed with the Contracting
Authority during the performance of the Contract.
1.6. If the REST API receiving the captured data set does not respond, the transmission of
biometric data is aborted and not saved. A corresponding notification is displayed to
the customer, instructing the customer to repeat the capturing session or directing the
customer to an official at the counter.
1.7. Booths mentioned in clause 1.1. must have manufacturer provided management
software that allows monitoring of Booth application workflows and statistics of
workflow steps and also management of changes to the configuration of each Booth
application, and real-time monitoring of Booth status. The installation of management
software is performed by the Contracting Authority to the Contracting Authorities
server. The Contractor provides The Contracting Authority with the necessary
requirements and parameters for the server (operating system, amount of memory
needed, processor speed, etc.).
1.8. The Contractor must provide a solution for monitoring the condition of the hardware
and software components of the Booth that is compatible with the Contracting
Authority's monitoring system. The Contracting Authority must be able to monitor the
operational status of the Booths.
1.9. The Contractor ensures the transport and installation of the Booths on the premises
specified by the Contracting Authority, in the prescribed place. Network connections,
setup, and testing are performed by the Contracting Authority.
1.10. The Contracting Authority performs the first level administration and maintenance of
the Booths. The Contractor ensures that the Contracting Authority has all the means
and knowledge to do so. The Contractor provides the Contracting Authority with
second level technical support in accordance with clauses 12.1. and 12.3.
1.11. The Contractor ensures the proper functioning and durability of the Booths throughout
the validity of the Contract. If necessary, the Contractor replaces the Booth or part
thereof free of charge in order to ensure that each Booth complies with all the
requirements set out in this technical specification until the end of the validity of the
procurement contract. If the cause of the malfunction is the Contracting Authority, the
cost of remedying the fault will be borne by the Contracting Authority.
1.12. The Contracting Authority has the right to additionally order up to 5 (five) capturing
Booths in addition to the quantity of the capturing Booths to be rented mentioned in
clause 1.1.4. of the technical description.
1.13. The work processes and user interface texts of Booths mentioned in clause 1.1. must
be agreed with the Contracting Authority no later than two (2) weeks before the
6
delivery of the Booths and the Contracting Authority must be able to request changes
to the work processes and / or texts as necessary.
1.14. During the validity of the procurement contract, the Contracting Authority can demand
changes free of charge to the Booths user interface (incl. text changes) from the
Contractor four times a year in the first year of the Contract and twice a year in the
following years.
1.15. The Contracting Authority can request functional changes to the Booth from the
Contractor as separate development work each time. The Contractor will grant the
right of use for the performed development work for the duration of the procurement
contracts on the basis of the framework agreement.
1.16. For the Booths mentioned in clauses 1.1.2. and 1.1.3. The Contractor creates and
provides to the Contracting Authority a short video introducing the Booths use and
functionalities in Estonian, Russian and English, which the Contracting Authority can
use to guide the customer in using the Booths. It must be possible to use the short video
on the screens of service locations as well as on social media. The content of the short
videos must be agreed with the Contracting Authority no later than two (2) weeks
before the delivery of the Booths, and the Contracting Authority must have the
opportunity to request the modification of the short videos.
1.17. In accordance with clause 11, the Contractor ensures the training of the Contracting
Authority's staff for the use, management and maintenance of the Booth at the location
specified by the Contracting Authority in Tallinn on the day of delivery of the Booth
set forth in clause 1.1.1. or at a separately agreed time. The Contractor conducts the
training in Estonian or English.
1.18. The Contractor hands over the instruction materials of the Booth to the Contracting
Authority 2 (two) weeks before the installation of the first Booth referred to in each
subclause of clause 1.1. The instructions for use must be in Estonian, the instructions
for the management and maintenance of the Booth may also be in English.
2. General requirements for the Booths
2.1. The Booth must allow a customer of the PBGB, including customers with reduced
mobility, to take a photo independently and provide fingerprints and a signature image
to apply for an ID document and perform other administrative proceedings specified
by the Contracting Authority, in accordance with the requirements for photos and
fingerprints specified in the legislation of the Republic of Estonia.
2.2. The Booth must allow to choose for which specific procedure the data will be captured
and will ensure that the set of biometric data required for each specific procedure is
captured. The sets of biometric data to be captured are different in different procedures
and depend on the age of the applicant. the sets are described in clauses 5.4-5.6. The
data sets to be captured must be modifiable as necessary.
2.3. The Booth must allow data to be read tafrom the chip of a high-level authentication
device (an ID card, a digital ID card or a residence permit card) issued by an authority
of the Republic of Estonia for the purpose of electronic identification (authentication).
If the user does not have a high-level authentication device issued by the Republic of
Estonia, the Booth must allow entering the personal ID code, gender and date of birth
in order to link the user's data with the application.
2.4. The Booth must guide the user through visual instructions, signs and voice commands
throughout the biometric capture process. The user must be able to select one of the
following languages to complete the process: Estonian, Russian and English. The
7
user's language selection is applied uniformly throughout the visual instructions, signs,
and voice commands displayed by the Booth.
2.5. The Booth must ensure a secure processing of personal data, inter alia (the list is not
exhaustive):
2.5.1. The Booth must transmit the captured biometric data in an encrypted form
immediately via a secure connection (TLS 1.3) to the Contracting Authority's
information system. The Booth application must ensure that the customer is
informed that it is required to remain in the Booth during the process until the end
of the session, i.e. until the customer receives notification from the Booth's system
that the process has ended or has been interrupted; if the customer leaves before
the end of the session, the ongoing process will be canceled after the session
expires and no data will be transferred. The Booth always displays a notification
to the customer whether the data transfer has been successful or not.
2.5.2. If the data transfer fails the first time, the system will try to transfer the data two
more times. If the data transfer fails three times, a corresponding message will be
displayed to the customer and the customer will be asked to repeat the process.
The data will be deleted after a successful transfer as well as if the data transfer
fails or the session is interrupted.
2.5.3. All personal data captured or entered in the Booth is stored only in the Booth's
random-access memory, not on the hard drive.
2.5.4. it must not be possible to download temporarily stored personal data from the
Booth. The Booth transmits data only through the channel specified by the
Contracting Authority to the Contracting Authority's information system.
2.6. The Booth must check that the network connection is working before starting the
capture process, otherwise the capture process will not be started and the
corresponding error message will be displayed to the customer.
2.7. The audit log of the biometric captureprocess must be transaction-based. In other
words, if the log entry fails to be saved, the biometric capture process will be aborted.
The logs are forwarded to the Contracting Authority's log server.
2.8. All data processing activities must be recorded, including:
2.8.1. all authentication attempts must (regardless of the result) be recorded;
2.8.2. user-initiated activities must be recordedd;
2.8.3. background process activities must be recorded;
2.8.4. both successful and unsuccessful activities must be recorded.
2.9. The following activities are never recorded:
2.9.1. special categories of personal data;
2.9.2. users' passwords in plain text form;
2.9.3. private keys;
2.9.4. session key value (e.g. session tokens or cookies) - a hash or other irreversible
derivative obtained from the session key may be recorded;
2.9.5. full answers to queries returned from databases in plain text form - the fact of
data return and / or the length of the response may be recorded;
2.9.6. all possible secrets related to user authentication (security issues, authentication
keys, etc.).
2.10. When the Booth is restarted, all hardware and software components must start
automatically.
3. Additional requirements in clauses 1.1.1 to 1.1.2. and 1.1.5. for the self-service
Booths
8
3.1. The self-service Booth must enable the submission of an application for an ID
document in online self-service environments and the payment of a state fee via the
same environments. The state fee is paid via a bank link. The online self-service
environments must allow the use of a stand-alone network connection. The mentioned
self-service environments are: https://etaotlus.politsei.ee/ekpid/login and
https://etaotlus.politsei.ee/vid/login . In addition, access to the agreed bank link URLs,
which will be specified during the procurement, is allowed. Access to other URLs
must be denied.
3.2. The self-service Booth does not collect nor store data related to applications and state
fee payments submitted in online self-service environments.
4. Requirements for Booth hardware
4.1. The Booth structure forms a load-bearing part of the system.
4.2. The external dimensions of the installed structure do not preferably exceed
1,700x2,500x1,500 mm (length x height x width).
4.3. In order to create a secure data communication channel, the Contracting Authority
must be able to instal the corresponding network (overall dimensions 45 x 40 x 45cm)
and power supply devices 220V + sockets (3 pcs.) CEE7 / 3 (Schuko) in the Booth.
The sockets must cover the general electricity demand of the mains equipment which
is on average 100W. The fixing mechanism must be specified by the Contractor during
the performance of the Contract with the Contracting Authority.
4.4. The Booth must function in the temperature range between + 10 °C and + 30 °C.
4.5. The Booth must function in the relative humidity range between 40 and85%
9
4.6. The Booth must include a cooling solution that takes into account the accessories
installed in the Booth described in clause 4.3 of the Technical Specifications and their
cooling requirements. The cooling system must ensure that the ambient temperature
of the equipment is at no time lower than 10 ℃ and higher than 40 ℃. The cooling
solution is supplied by the Contractor.
4.7. An UPS system must be installed in the Booth which ensures that the Booth operates
for up to 20 minutes in the absence of 220V power.
4.8. The construction of the Booth and all its components (including cable connections)
must be vandalism proof (standard EN 62262) and resistant to active use.
4.9. The Booth and its components must be secured in such a manner that their components
cannot be moved nor removed by customers, i.e. customers must not have access to
sockets and wiring. The access must be possible only by using special tools.
4.10. Booths must be freestanding, without any wall or floor mountings.
4.11. It must be possible to transport the Booth with all its components via standard doors
and stairs.
4.12. The Booth screen must be tactile, comfortable to use for the customer and protected
from prying eyes .
4.13. The resolution of the touch screen must be at least 1,024x768.
4.14. The resolution of the Booth camera must be at least 12MPx.
4.15. Coordinates resolution for kiosks signature capture must be at least 2500 lpi.
4.16. The Booth’s integrated fingerprint scanner must support the capture of both flat and
rolled fingerprints.
4.17. The material of the Booth’s structure and all of its parts, including the fingerprint
scanner, must allow the entire Booth and its parts to be cleaned and disinfected, either
as a whole or in parts. The Contractor provides the Contracting Authority with a
cleaning instruction together with the Booth, which describes, inter alia, the most
common means by which the Booth may be cleaned and disinfected and names the
means by which the Booth may not be cleaned and disinfected.
4.18. It is not necessary to clean the fingerprint scanner and the Booth screen more than once
a day. The scanner type must be selected according to the above requirement.
4.19. The capture height must be adjusted automatically and it must be adjustable to the
extent that it can be used by a child from the height of 120 cm independently as well
as sitting in the lap of an accompanying person, as well as by a disabled customer
sitting in a wheelchair. In the case of adults, the adjustment of the capture height must
be between 120 and 190 cm.
4.20. The Booth must prevent the session left by the previous customer to be resumed upon
the arrival of a next customer, determining the presence of a customer in the Booth by
the Booth’s detection system. The period during which the session is terminated after
the customer leaves must be configurable by the Contracting Authority.
5. Requirements for the Booth user interface
5.1. The Booth must allow a customer of the PBGB to give commands to the device and
receive feedback on the capture session.
5.2. The Booth must allow a customer of the PBGB to choose between three languages -
Estonian, English and Russian, which are shown on the screen with the words
"Estonian", "English" and "Pусский язык".
5.3. After selecting the language of communication, the customer will be presented with
the options „Eesti kodanik“/„Estonian citizen“/„Гражданин Эстонии“; „Euroopa
Liidu kodanik“/ „Citizen of the European Union“/„ Гражданин Европейского
10
Союза“; „Muu“/ „Other“/„Другой“. Depending on the selection made, the Booth
displays the types of procedures and then compiles a set of biometric data to be
captured.
5.4. A photo, a signature image and fingerprints of an Estonian citizen will be captured.
5.5. The following options are displayed to a citizen of the European Union:
5.5.1. "Right of residence and / or ID card" - a photo, signature image and fingerprints
are captured.
5.5.2. "E-resident's digital ID" - a photo is captured.
5.5.3. "Estonian citizenship" - a photo is captured.
5.5.4. "Alien's passport" - a photo, a signature image and fingerprints are captured.
5.6. The following options are displayed to the foreign national or stateless person:
5.6.1. "Travel document" - a photo, a signature image and fingerprints are captured.
5.6.2. "Residence permit/right of residence and / or card of the right of residence" - a
photo, a signature image and fingerprints are captured.
5.6.3. "Residence permit/right of residence and / or card of the right of residence and a
travel document" - a photo, a signature image and fingerprints are captured.
5.6.4. "Registration of short-term employment" - a photo is captured.
5.6.5. "E-resident's digital ID" - a photo is captured.
5.6.6. "Estonian citizenship" - a photo is captured.
5.6.7. "Visa operations" - a photo and fingerprints are captured.
5.6.8. "International protection operations" - a photo, a signature image, fingerprints
are captured.
5.7. If necessary, a PBGB official must be able to conduct the capturing session in such a
manner that only a photo, a signature or fingerprints are captured from the customer.
The process of managing the capturing session will be specified in cooperation with
the Contracting Authority during the performance of the Contract.
5.8. The Booth must display written and pictorial (pictograms) instructions to the customer
during the session on how to take a proper photo, capture the signature image and
fingerprints, and provide voice instructions in the language previously selected by the
customer.
5.9. The volume of the voice instructions must be adjustable (incl. also switched off by the
customer) according to the characteristics of a specific installation site.
5.10. The text of the voice instructions must be in all three languages in accordance with the
grammar rules of each language and the text must be easy and logical for the native
11
speaker to understand. The text of the voice instructions must be read by a person who
speaks the language as their mother tongue.
5.11. It must be possible to read the personal data entered on the chip of the Estonian ID
card and residence permit card using a smart card reader and to link them with the
biometric data to be captured.
5.12. If the customer does not have an Estonian ID card or a residence permit card, it must
be possible to enter the personal ID code manually in the system or, in the absence
thereof, gender and date of birth.
5.13. The system must validate the correctness of the data entered by the customer according
to the Estonian personal ID code standard and / or date format.
5.14. The signature image is captured from a customer who is at least 15 years old. A
customer between 7 to 14 years must be able to choose whether or not to provide a
signature image. The age must be configurable by the Contracting Authority.
5.15. In the case set forth in clause 5.4, the fingerprints will be captured from a customer
who is at least 12 years old. The age must be configurable.
5.16. In the cases set forth in clauses 5.6.2. and 5.6.3, fingerprints will be captured from a
customer who is at least 6 years old. The age must be configurable.
5.17. In the cases set forth in clauses 5.5.1, 5.5.4, 5.6.1. and 5.6.7. fingerprints will be
captured from a customer who is at least 12 years old. The age must be configurable.
5.18. In the case set forth in clause 5.6.8., the fingerprints will be captured from a customer
who is at least 14 years old. The age must be configurable.
5.19. The Booth must provide the customer with clear feedback on the termination of the
data capturing process.
5.20. The Booth must allow the user to repeat the capturing of the photo and the signature
image up to 3 times during the same session.
5.21. A problem-free session (from language selection to the submission of the data set) in
the Booths specified in clauses 1.1.3. and 1.1.4. the total amount of time may not
exceed 5 (five) minutes per customer. In the self-service Booths specified in clauses
1.1.1., 1.1.2. and 1.1.5 the length of the session will be agreed separately.
5.22. The customer must always be able to cancel the session. If the session is interrupted,
the Booth does not save the session data, all data captured and entered before the
session is interrupted will be deleted.
6. General requirements for Booth software
6.1. Software components must be centrally managed, remotely updatable (remote
management), and covered with active manufacturer support. Only the Contracting
Authority must be allowed remote access to the Booth.
6.2. When capturing facial images and fingerprints, the Booth must perform automatic
checks to ensure the authenticity of the biometric data being captured and to minimise
the risks associated with presentation attack (so-called liveness detection and
presentation attack checks). The rate of the false positive presentation attack checks
must be less than 3%. Appropriate controls must be compatible with the normal
operation of the Booth and must not significantly reduce user comfort or the speed of
the capturing session.
6.3. If a fingerprint, facial image or signature image of the required quality cannot be
captured, the Booth must display a message to the customer stating that a customer
service representative must be contacted. The self-service Booth described in clauses
1.1.2 and 1.1.5. must display the message specified by the Contracting Authority to
the customer in an equivalent situation. The Contracting Authority will send the text
12
of the corresponding message to the Contractor during the development phase of the
user interface.
6.4. If the customer is inactive for 2 minutes in a row when using the Booth, the Booth's
system will interrupt the session by displaying a corresponding message to the
customer in advance. If the session is interrupted, the Booth does not save the session
data, all data captured and entered before the session is interrupted will be deleted. It
must be possible to make the session interruption time longer or shorter.
6.5. The Booths software must not run with administrator rights, but rather it must run with
rights of a normal user.
7. Requirements for capturing a photo i.e. a facial image
7.1. The photo captured in the Booth must comply with Chapters 2-3 of Regulation No. 62
of the Minister of the Interior of 1/12/2015 “Requirements established for photos upon
application for issue of documents”. In the case of visas, paragraph 3 section 5 clauses
3 and 5 of Regulation No. 82 of the Minister of the Interior of 18/12/2015 “Order to
issue long-stay visas, deadlines for issue and renew long-stay visas, minimum sums
for sufficient financial resources and health insurance Contract, and forms for long-
term visas application and extension form” apply.
7.2. The photo to be captured at the Booth and its processing must comply with the ISO /
IEC 19794-5 standard or a later version.
7.3. The photo to be captured at the Booth must be in colour.
7.4. If necessary, the Booth software must perform automatic dynamic cropping of the
photo (dynamic cropping) to ensure that the photo complies with the Technical
Specifications of the requirements provided for in the regulation of the said Minister
of the Interior set forth in clause 7.1 and to the standard set forth in clause 7.2.
7.5. If the customer of the PBGB wears glasses, the Booth must instruct the user to remove
the glasses before capturing the photo.
7.6. When capturing a photo of infants (children under the age of 3), the Booth must ensure,
as far as possible, that the photo is captured primarily of the face of the infant and not
of the face of the adult holding him or her or of the image on his or her clothing.
7.7. The Booth must transmit the photo to the Contracting Authority's information system
as an output in four different formats (the output includes all four formats):
7.7.1. High-resolution photo: 1,200x1,600 px, JPEG / JFIF compression, size 600-
1,000 KB, aspect ratio 1:1.33;
7.7.2. Token photo: 480x640 px, ISO / IEC 19794-5 set out in Annex A § 4 JPEG /
JFIF RGB, maximum size 18 KB, aspect ratio 1: 1.33;
7.7.3. Document photo for Passport: 1,200x1,476 px, JPEG / JFIF sRGB, size 500-900
KB, aspect ratio 1: 1.23;
7.7.4. Document photo for ID card: 1,200x1,476 px, JPEG / JFIF sRGB, size 500-900
KB, aspect ratio 1:1.23.
7.8. Photo for Visa: 1,200x1,476 px, JPEG / JFIF sRGB, quality> 90, size 500-900 KB,
ratio 1: 1.23.
7.9. Photo for International Protection application: 1,200x1,476 px, JPEG / JFIF sRGB,
quality> 90, size 500-900 KB, ratio 1:1.23.
7.10. A token photo, a document photo for a passport, and a document photo for an ID card
are created from a high-resolution photo.
7.11. The formats and individual parameters set forth in clauses 7.7.-7.9. must be changeable
free of charge at the request of the Contracting Authority throughout the duration of
the Contract.
13
8. Requirements for fingerprinting
8.1. Fingerprints captured at the Booth must comply with Regulation No. 56 of the Minister
of the Interior of 30/11/2015 “Procedure for taking fingerprints in the procedure for a
residence permit and right of residence and in the procedure for issuing an identity
document”.
8.2. The fingerprints to be taken at the Booth and their processing must comply with the
ISO / IEC 19794-4 standard or a later version.
8.3. The Booth must allow the capture of one (1) fingerprint (the so-called 1 + 1 capturing,
usually in procedures where the index fingerprints of both hands are captured) and four
(4) fingerprints (so-called 4 or 4 + 4 + 1 + 1 capturing, usually in procedures where
either 4 or 10 fingerprints are captured). The Booth must ensure the segmentation and
storage of the fingerprints as separate fingerprints.
8.4. The Booth must ensure that in the case of 1 + 1 fingerprint capturing process, the
fingerprint of both index fingers of the data set is captured. If the fingerprint image
obtained from the index finger still does not meet the requirements after repeated
attempts to capture the fingerprint, the fingerprint will be taken from the middle finger,
the fourth finger or the thumb. No fingerprint is taken from the little finger. If
fingerprints from no finger of one hand cannot be taken or the fingerprint images
obtained do not meet the requirements, the fingerprint images will be taken from two
fingers of the other hand. If a fingerprint can be taken from only one finger, one
fingerprint will be taken.
8.5. The Booth must ensure that the customer cannot make mistakes when placing the
correct finger on the scanner.
8.6. The Booth must allow the customer to indicate that he or she is unable to provide
fingerprints, in which case fingerprinting is not required during the session. If it is not
possible to provide fingerprints, the system must display a message to the customer
that the customer service representative must be contacted. The self-service Booth
described in clauses 1.1.2 and 1.1.5. must display the message specified by the
Contracting Authority to the customer in an equivalent situation. The text of the
respective notice will be agreed with the Contracting Authority prior to the
commissioning of the respective self-service Booth.
8.7. The Booth must ensure that the quality of the fingerprint image is evaluated according
to the NFIQ 2.0 quality assessment algorithm and that the level of adequacy of the
fingerprint image quality is configurable.
8.8. The Booth assesses the quality of the captured fingerprints in accordance with the
requirements set forth in clause 8.7. If the quality of the fingerprint is not sufficient,
14
the Booth's system instructs the customer to repeat the capturing process, accepting
the fingerprints of the required quality.
8.9. The Booth must transmit fingerprint images as an output to the Contracting Authority's
information system in the following formats (the output includes all formats):
8.9.1. Fingerprints applied to the document chip (1 + 1 fingerprints) will be: 480x480
px, 8bit grayscale, resolution 500 dpi (+/– 5 dpi), WSQ compression ratio 1:15,
maximum file size 15.36 KB.
8.9.2. HQ fingerprints (1 + 1 fingerprints with different parameters mentioned in clause
8.9.1): 512x512 px, 8-bit grayscale, resolution 500 dpi (+/– 5 dpi), WSQ
compression ratio 1:6.
8.10. In the case of the Visa Information System, the Booth transmits the fingerprint images
as output to the Contracting Authority's information system in the following formats
(the output contains one format):
8.10.1. Flat (4 + 4 + 2): 512x512 px, resolution 500 dpi (+/- 5 dpi), 256 shades of gray.
In a segmented form.
8.11. In the case of international protection process, the Booth must transmit fingerprint
images as an output to the Contracting Authority's information system in the following
formats (the output includes all formats):
8.11.1. Flat (4 + 4 + 2): 500x500 px, resolution 500 dpi (+/- 5 dpi), 256 shades of gray.
In a segmented form.
8.11.2. Rolled: 10 images, 500x500 - 500x798 px, resolution 500 dpi (+/- 5 dpi), 256
shades of gray.
8.12. The formats and individual parameters set forth in clauses 8.9.-8.11. must be
changeable free of charge at the request of the Contracting Authority throughout the
validity of the Contract.
9. Requirements for capturing a signature image
9.1. The Booth must transmit a signature image to the Contracting Authority's information
system with the following parameters: 576x192 px, 8-bit grayscale, JPEG, high
contrast, maximum file size 15 KB.
9.2. Signature image must be captured with a stylus pen.
9.3. The dimensions of the surface for the capture of signature image must be at least
96x60mm.
9.4. The Booth must allow the customer to declare that he or she is incapable of signing,
in which case a signature image will not be required during the session and the Booth
will display a message to the customer that the customer service representative must
be contacted. The self-service Booth described in clauses 1.1.2 and 1.1.5. must display
the message specified by the Contracting Authority to the customer in an equivalent
situation. The text of the respective message will be submitted by the Contracting
Authority to the Contractor prior to the commissioning of the respective self-service
Booth.
9.5. The formats and individual parameters set forth in clauses 9.1. must be changeable
free of charge at the request of the Contracting Authority throughout the validity of
the Contract.
10. Booth documentation
10.1. The Contractor hands over the following instruction materials of the Booth to the
Contracting Authority 2 (two) weeks prior to the installation of the first Booth referred
to in each subclause of clause 1.1:
10.1.1. specifications of the subject of the Contract to be delivered;
15
10.1.2. instructions for use in Estonian;
10.1.3. installation and maintenance instructions of the Booth;
10.1.4. other documents relevant to the use and management of the system;
11. Customer staff training
11.1. The Contractor performs a staff training at the location specified by the Contracting
Authority in Tallinn on the day of delivery of the said Booth set forth in clause 1.1.1.
or at a time separately agreed upon. The staff training must cover at least the following
topics:
11.1.1. a comprehensive overview of the capture process;
11.1.2. user rights;
11.1.3. organisation of the capture process, use of equipment, various error situations,
response and remedying of the said situations, quality control, etc.;
11.1.4. regular maintenance procedures, including replacement of accessories, testing.
11.2. The Contractor hands over the training materials to the Contracting Authority no later
than 2 (two) working days prior to the respective training.
12. Maintenance and technical support
12.1. The Contractor will act as a second level technical support, including:
12.1.1. performs the installation of the Booth;
12.1.2. performs initial training and instruction of the Contracting Authority's staff and
provides instruction materials for the Booth;
12.1.3. supports / consults the Contracting Authority on technical issues that are not
within the scope of the Contracting Authority to resolve and cooperates with the
Contracting Authority in resolving the issues;
12.1.4. updates the Booth's software to ensure the prevention or correction of software
errors and the smooth operation and adherence to Booth's operating speed
parameters throughout the validity of the Contract. The performed software
updates are coordinated by the Contractor with the Contracting Authority and
submitted to the Contracting Authority for testing and installation. The methods
and environments for the secure delivery of software updates will be agreed with
the Contracting Authority during the performance of the Contract.
12.1.5. in the event of a hardware failure, provides a new Booth or a part thereof at no
additional charge.
12.1.6. if access to the Contracting Authority's systems is required to perform
maintenance work, to provide technical support or to conduct hardware and
software testing, allows background checks by the Contracting Authority of the
specialists who need access.
12.1.7. undertakes to inform the Contracting Authority of its own security
vulnerabilities and data leaks regarding the Booths within 3 working days.
12.2. The Contracting Authority acts as a first level technical support, including:
12.2.1. performs the configuration and operational setups of the Booth in accordance
with the instructions and guidance received from the Contractor.
12.2.2. performs the monitoring of the operational condition of the Booth and daily
maintenance of the Booths in order to prevent the deterioration of the quality of
16
the captured data and in case of failures, transmits the information to the
Contractor;
12.2.3. manages user complaints and error messages, including instruction and training
of users;
12.2.4. updates Booth software centrally, provided that the Contractor provides the
Contracting Authority with a new version of the software.
12.3. Troubleshooting:
12.3.1. the Contractor forwards his or her technical support contacts to the Contracting
Authority in the form of an e-mail address and a telephone number. The
Contractor's technical support must be available on working days from 9:00 to
17:00 (CET + 1) in Estonian or English. If, for any reason, it becomes necessary
to call a representative of the Contractor to Estonia, the conditions will be agreed
upon during the performance of the Contract.
12.3.2. In case of incidents and problems sent to the Booth’s second level support (e.g.
an error in the Booth's software), the Contractor must immediately take the actions
necessary to eliminate the error and, if the solution requires a version upgrade,
provide a change list and release notes together with the upgrade.
12.3.3. the Contractor provides automatic error message descriptions and instructions
on how to fix them. The Contractor undertakes to find out the reasons for the
automatic error messages sent by the Booth's system and to ensure a situation
where such messages do not occur when using correct working methods.
12.4. During the replacement of material data carriers during the elimination of errors, the
respective material data carriers remain with the Contracting Authority, their disposal
will be organised by the Contracting Authority.
12.5. the Contractor provides the Contracting Authority with replacement parts / equipment
for one Booth on the spot. If a replacement part is used to replace a non-functioning
component, the Contractor must replace it within 7 days.
1 / 3
Koostatud 05.05.2023 11:48:44 https://riigihanked.riik.ee/rhr-web/#/procurement/5811800/general-info
VASTAVUSTINGIMUSED Viitenumber: 263574 Hankija: Siseministeeriumi infotehnoloogia- ja arenduskeskus (70008440) Hange: Rental of Booths for Capturing Biometric Data, order no 2
PAKKUMUSE ESITAMINE Pakkumuse esitamisega kinnitab pakkuja kõigi riigihanke alusdokumentides esitatud tingimuste ülevõtmist.
SUBMITTING A TENDER
By submitting a tender, the tenderer confirms the acceptance of all the conditions stated in the documents of the public procurement. Submission of a conditional tender is not permitted.
Küsimused ettevõtjale: 1. The tenderer confirms that his tender is valid for 2 months from the date of submission of the tender. (Radio button with the “Yes/No” options) (Raadionupp valikutega "Jah/Ei")
ÄRISALADUS Pakkuja märgib pakkumuses, milline teave on pakkuja ärisaladus ning põhjendab teabe määramist ärisaladuseks.
TRADE SECRET
The tenderer identifies, in their tender, the information that constitutes a trade secret, and states the reasons for regarding it as such. When designating certain information as a trade secret, the provisions of subsection 2 of section 5 of the Restriction of Unfair Competition and Protection of Business Secrets Act are followed. The tenderer may not designate as a trade secret: 1. the cost of the tender or any of its cost elements; 2. where a public contract for services is concerned, in addition to what has been mentioned in clause 1 of this subsection, any other numerical indicators that characterise the tender and correspond to award criteria; 3. where a public contract for supplies or works is concerned, in addition to what has been mentioned in clause 1 of this subsection, any other indicators that characterise the tender and correspond to award criteria.
Küsimused ettevõtjale: 1. Briefly describe the trade secret included in the tender and add the justification for the designation thereof as a trade secret or indicate that the tender does not contain any trade secret. (Large input field (maximum length of 4,000 characters)) (Suur sisestusala (max pikkus 4000 tähemärki))
SAMAVÄÄRSUS Pakkuja kinnitab, et pakkumus vastab hanke alusdokumentides nõutule ja vajadusel on samaväärsus selgitatud ja tõendid samaväärsuse kohta lisatud.
EQUIVALENCE
The tenderer confirms that the tender complies with the requirements of the procurement documents and, if necessary, equivalence is explained and evidence of equivalence is attached. Any reference made by the contracting authority in the procurement documents to any of the bases specified in section 88 (2) of the Public Procurement Act (PPA) (standard, technical approval, technical inspection system, etc.) as a tender compliance criterion shall be read as supplemented with the words "or equivalent". Any reference made by the contracting authority in the procurement documents to the source, process, trade mark, patent, type, origin or method of production or or to a test report or certificate issued by a conformity assessment body, must be read as supplemented by the words "or equivalent" (section 88 (5-6), section 89 (2), section 114 (5-7) of the PPA).
2 / 3
Koostatud 05.05.2023 11:48:44 https://riigihanked.riik.ee/rhr-web/#/procurement/5811800/general-info
Küsimused ettevõtjale: 1. The tenderer confirms that the tender complies with the requirements of the procurement documents and, if necessary, equivalence is explained and evidence of equivalence is attached. (Radio button with the “Yes/No” options) (Raadionupp valikutega "Jah/Ei")
EL NÕUKOGU SANKTSIOON. ALLTÖÖVÕTJAD, TARNIJAD JA TUGINETAVAD
ISIKUD. Pakkuja kinnitab, et ta ei kaasa üle 10% hankelepingu maksumusest hankelepingu täitmisele alltöövõtjaid, tarnijaid ega tugine kvalifitseerimistingimuste täitmisel selliste ettevõtjate näitajatele, kes on: 1. Vene Föderatsiooni kodanik, resident või Vene Föderatsioonis asutatud ettevõtja, sh füüsilisest isikust ettevõtja, juriidiline isik, asutus või muu üksus; 2. rohkem kui 50% ulatuses otseselt või kaudselt punktis 1 nimetatud isiku, asutuse või muu üksuse omandis; 3. punktis 1 või 2 nimetatud isiku, asutuse või muu üksuse esindaja või tegutseb sellise isiku juhiste alusel. Hankija lükkab tagasi pakkumuse, mille alusel sõlmitav hankeleping oleks RSanS § 7 lg 1 alusel tühine.
EU COUNCIL SANCTION. CONTRACTORS, SUPPLIERS AND SUBSIDIARY PERSONS
The tenderer confirms that he does not involve subcontractors, suppliers for more than 10% of the cost of the procurement contract in the execution of the procurement contract, nor does he rely on the performance of the qualification conditions on the indicators of such entrepreneurs who are: 1. A citizen of the Russian Federation, a resident or an entrepreneur established in the Russian Federation, including a self-employed person, legal entity, institution or other entity; 2. more than 50% directly or indirectly owned by the person, institution or other entity specified in point 1; 3. a representative of the person, institution or other entity specified in points 1 or 2 or acts on the basis of the instructions of such a person. The procurer rejects the offer, on the basis of which the procurement contract concluded would be void on the basis of § 7 subsection 1 of the RSanS.
Additional explanation
COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in relation to Russian activities destabilizing the situation in Ukraine. The regulation applies to public procurement from the international threshold.https://eur-lex.europa.eu/legal-content/ET/TXT/?qid=1649845454161&uri=CELEX %3A32022R0576
Küsimused ettevõtjale: 1. The tenderer confirms that he does not involve subcontractors, suppliers for more than 10% of the cost of the procurement contract in the execution of the procurement contract, nor does he rely on the performance of the qualification conditions on the indicators of such entrepreneurs who are: 1. A citizen of the Russian Federation, a resident or an entrepreneur established in the Russian Federation, including a self-employed person, legal entity, institution or other entity; 2. more than 50% directly or indirectly owned by the person, institution or other entity specified in point 1; 3. a representative of the person, institution or other entity specified in points 1 or 2 or acts on the basis of the instructions of such a person. (Radio button with the “Yes/No” options) (Raadionupp valikutega "Jah/Ei")
RAHVUSVAHELISE SANKTSIOONI OBJEKT Pakkuja kinnitab, et pakutav kaup ei ole rahvusvahelise sanktsiooni objektiks või pärit sanktsiooni all olevatest piirkondadest. Hankija lükkab tagasi pakkumuse, mille alusel sõlmitav hankeleping oleks RSanS § 7 lg 1 alusel tühine.
OBJECT OF INTERNATIONAL SANCTION
3 / 3
Koostatud 05.05.2023 11:48:44 https://riigihanked.riik.ee/rhr-web/#/procurement/5811800/general-info
Tee tenderer confirms that the offered goods are not subject to international sanctions or come from sanctioned areas. The procurer rejects the tender, on the basis of which the contract concluded would be void on the basis of section 7 subsection 1 of the International Sanctions Act.
Küsimused ettevõtjale: 1. The tenderer confirms that the offered goods are not subject to international sanctions or come from sanctioned areas. (Radio button with the “Yes/No” options) (Raadionupp valikutega "Jah/ Ei")
Koostatud 18.04.2023 11:21:26 1 / 1 https://riigihanked.riik.ee/rhr-web/#/procurement/ 5811800/general-info
HINDAMISKRITEERIUMID JA HINNATAVAD NÄITAJAD
Viitenumber: 263574 Hankija: Siseministeeriumi infotehnoloogia- ja arenduskeskus (70008440) Hange: Rental of Booths for Capturing Biometric Data, order no 2
Pakkumuse maksumust hinnatakse - Ilma maksudeta
Elektroonilist oksjoni kasutatakse: ei
Jrk nr
Nimetus Kirjeldus Tüüp / hindamismeetod
Osakaal Kogus Ühik Pakkuja täidetav
1 One month’s rent of one self-service booth
The contracting authority has not set out the award criteria in this order but will check the one month’s rent price provided by the tenderer through the award criteria so that it do not exceed the one month’s rent price quoted in the public procurement (238233) and set out in the Framework Agreement 3-4/322.
Maksumus - vähim on parim
100 jah
Kokku: 100
Hindamismetoodika kirjeldus 1. One month’s rent of one self-service booth
Madalaima väärtusega pakkumus saab maksimaalse arvu punkte. Teised pakkumused saavad punkte arvutades valemiga: "madalaim väärtus" / "pakkumuse väärtus" * "osakaal".
Siseministeeriumi infotehnoloogia- ja arenduskeskus
Mäealuse 2/2, Tallinn 12618
Telefon 612 6200
E-post [email protected]
Reg. kood 70008440
www.smit.ee
18.05.2023 nr 3-17/161
"Rental of Booths for Capturing Biometric Data, order no 2" under Framework
agreement no 3-4/322 (263574)
IT and Development Centre. Ministry of the Interior, Estonia (hereinafter “SMIT” or the “Contracting Authority”) wishes to award a public contract and proposes to submit a tender under the following conditions set out in this order.
1. General information
1.1. Framework agreement: “Rental of booths for capturing biometric data” (reference number 238233) reg. no 3-4/322.
1.2. Type of procurement procedure: order under the framework agreement reference
number 263574. 1.3. Method of conducting the procurement procedure: e-procedure via the e-Procurement
register 1.4. Duration of the contract: Until the parties have fulfilled their obligations. 1.5. Funding source: state budget.
1.6. Deadline for submission of a tender: one (1) week from the submission of the order. The exact date and time of submission of the tender shall be provided by the person
responsible for the procurement procedure in the public procurement register. The person responsible for the procurement procedure has the right to change the deadline for submission of tenders, if necessary.
1.7. The contracting authority has the right to start examining the tender earlier if the contractor has submitted the tender before the deadline specified in clause 1.6. The contracting
authority shall also inform the tenderer before proceeding with the examination of the tender.
1.8. Tender validity period: at least 2 months from the deadline for submission of tenders.
2. Order documents consists of the main text and the following annexes:
2.1.Annex 1 - the Public contract draft; 2.2.Annex 2 – Technical description 2.3.Annex 3 - compliance criteria;
2.4.Annex 4– award criteria.
3. Object of the contract
3.1.The object of the contract is lease, supply and install of three (3) digital Booths as described in Annex 1 and 2 (hereinafter also the subject of the contract).
3.2.The contract will be awarded in English.
2(3)
4. Conditions for submitting a tender
4.1.The order documents form a single whole. The documents will be made available to the executor free of charge via the e-Procurement register.
4.2.The tenderer can ask for clarification on the content of the order by writing via the e- Procurement register information exchange worksheet. The contracting authority shall answer the questions as soon as possible.
4.3.The tenderer undertakes to bear all costs related to the preparation and submission of the tender and the award of the contract. The contracting authority shall not be reimbursed for
any damage or costs incurred in connection with participation in the procurement procedure. 4.4.The Contracting Authority shall not be liable for any delays, failures or interruptions caused
by circumstances beyond the Contracting Authority's control in the e-Procurement register.
The Contracting Authority shall not be liable for any damages or lost income arising from the use or non-use of the e-Procurement register.
4.5.The Contracting Authority has the right to request the specification of the submitted tender, if necessary, in accordance with the provisions of the Public Procurement Act and Framework Agreement No. 3-4/322.
5. Formalisation, submission and amendment of tenders
5.1.The tender must be submitted electronically via e-Procurement register at https://riigihanked.riik.ee.
5.2.Documents shall be formatted in PDF format or in another common format.
5.3.If the documents to be submitted include documents that cannot be submitted in fully electronically, they must be submitted in full on paper, CD or other common medium, in
addition to the extracts provided in the e-Procurement register, before the deadline for submission of tenders.
5.4.Documents must be submitted on paper or another medium by post or by personal delivery
before the deadline for submission of tenders, and the packaging must be marked in such a way as to ensure that the tender is treated as confidential (in particular a reference to the
order). 5.5.If the submitted documents include documents signed in writing by a third party, submit the
document in scanned form and submit the original document only if the contracting
authority has any doubts about the document.
6. Verification of suitability of tenders
6.1.The tender must comply with the conditions set out in the order and must not contain any material errors from the conditions set out in the order.
6.2.The tenderer shall agree to the terms and conditions set out in the draft public contract for which the tenderer has submitted his tender.
6.3.At the request of the Contracting Authority, the tenderer shall clarify, delimit or specify the information provided in the tender.
6.4.The Contracting Authority has the right to reject the tender if it does not comply with the
conditions set out in the order and if the tenderer has submitted additional conditions which are not in accordance with the conditions of the order.
7. Evaluation, acceptance and rejection of the tender
7.1.The contracting authority has the right to reject the tender at any time before the conclusion
of the contract if: 7.1.1. the submitted tender does not comply with the conditions specified in the order;
7.1.2. the rental price for one (1) calendar month of one (1) digital Booth exceeds the price set out in the Framework Agreement 3-4/322;
3(3)
7.2.The Contracting Authority has the right to cancel the order for unforeseeable reasons
beyond the control of the Contracting Authority, if new circumstances have become known to the Contracting Authority before the conclusion of the public contract that preclude or
make it impractical for the Contracting Authority to complete the order. 7.3.A tender will be accepted as a successful tender if it meets the conditions set out in the
order. The public contract shall be concluded with the tenderer in accordance with the terms
of Annex 1 to the order.
Sincerely
Mart Nielsen
Director General
Annexes: set out in clause 2.
Lagle Sokmann, [email protected]
Nimi | K.p. | Δ | Viit | Tüüp | Org | Osapooled |
---|---|---|---|---|---|---|
Väljaminev kiri | 18.02.2025 | 3 | 3-17/117 🔒 | Väljaminev kiri | smit | Speed Identity AB |
Väljaminev kiri | 03.05.2024 | 3 | 3-17/170 🔒 | Väljaminev kiri | smit | Speed Identity AB |
Väljaminev kiri | 07.11.2023 | 181 | 3-19/65 🔒 | Väljaminev kiri | smit | Speed Identity AB |
Leping | 27.06.2023 | 314 | 3-11/3278 🔒 | Leping | smit | |
Sissetulev kiri | 20.06.2023 | 321 | 3-17/195 🔒 | Sissetulev kiri | smit | |
Väljaminev kiri | 19.06.2023 | 322 | 3-17/194 | Väljaminev kiri | smit | |
Väljaminev kiri | 31.03.2023 | 402 | 3-11/21 🔒 | Väljaminev kiri | smit | Speed Identity AB |
Sissetulev kiri | 17.02.2023 | 444 | 3-11/13 🔒 | Sissetulev kiri | smit | Speed Identity AB |
Väljaminev kiri | 10.11.2022 | 543 | 3-11/84 🔒 | Väljaminev kiri | smit | Speed Identity AB |
Sissetulev kiri | 05.09.2022 | 609 | 3-11/65 🔒 | Sissetulev kiri | smit | Speed Identity |
Väljaminev kiri | 05.09.2022 | 609 | 3-11/64 🔒 | Väljaminev kiri | smit | Speed Identity, Speed Identity |
Sissetulev kiri | 05.09.2022 | 609 | 3-11/63 🔒 | Sissetulev kiri | smit | Speed Identity |
Väljaminev kiri | 18.07.2022 | 658 | 3-11/50 🔒 | Väljaminev kiri | smit | |
Leping | 31.03.2022 | 767 | 3-11/324 🔒 | Leping | smit | |
Sissetulev kiri | 29.03.2022 | 769 | 3-17/84 🔒 | Sissetulev kiri | smit | |
Väljaminev kiri | 20.03.2022 | 778 | 3-17/73 | Väljaminev kiri | smit | |
Leping | 09.02.2022 | 817 | 3-4/322 🔒 | Leping | smit | |
Üldkäskkiri | 01.02.2022 | 825 | 3-1/20 | Üldkäskkiri | smit | |
Sissetulev kiri | 18.10.2021 | 931 | 3-13/219 🔒 | Sissetulev kiri | smit | |
Väljaminev kiri | 18.10.2021 | 931 | 3-13/217 | Väljaminev kiri | smit | |
Väljaminev kiri | 01.10.2021 | 948 | 3-13/197 | Väljaminev kiri | smit | |
Üldkäskkiri | 23.09.2021 | 956 | 3-1/108 | Üldkäskkiri | smit | |
Väljaminev kiri | 19.08.2021 | 991 | 3-13/165 | Väljaminev kiri | smit | |
Üldkäskkiri | 10.08.2021 | 1000 | 3-1/91 | Üldkäskkiri | smit |