Through this RFT process, DFAT is seeking to engage a suitably qualified and experienced organisation, acting as a Prime System Integrator, to provide services and products to replace the existing passports issuance system through the development of an Australian Travel Document Issuance System.
Closing Date: 10/01/2012
Link to Notification
Need more information on this Agency?
A listing of current ICT projects in Australia & New Zealand -- based on the published open tenders of the various government agencies as well as current projects discovered through industry contacts and newsfeeds.
Showing posts with label Border Management System. Show all posts
Showing posts with label Border Management System. Show all posts
Monday, October 3, 2011
Monday, September 26, 2011
Notice - Department of Foreign Affairs and Trade (AUS) - Provision of an Australian Travel Document Solution
The Department of Foreign Affairs and Trade (DFAT) intends to release an open Request for Tender (RFT) for the provision of an Australian Travel Document Issuance Solution by close of business 30 September 2011. Through this RFT process, DFAT is seeking to engage a suitably qualified and experienced Contractor, acting as a Prime System Integrator, to provide services and products to replace its existing passports issuance system through the redevelopment of an Australian Travel Document Issuance System. The RFT documents will be available to interested parties via AusTender, the Australian Government's procurement information system. Closing Date: 30/09/2011 Link to Notification Need more information on this Agency?
Thursday, February 10, 2011
RFI - Dept of Internal Affairs (NZ) - International Civil Aviation Organisation (ICAO) New Technologies Working Group
On behalf of the International Civil Aviation Organisation (ICAO) and the EU Commission, the Department of Internal Affairs invites submissions regarding new or emerging technologies that may be used in machine-readable passports, visas and card-based travel document, and card-based travel documents and their associated issuance systems.
The technologies sought are to assist in the following areas:
• assessment of applicant eligibility
• document security and production
• linking documents to holders/bearers
• providing reliable authentication of genuine documents
• facilitating secure and reliable transit of travellers through airports, seaports and other international border control points.
RFI categories are as follows:
• Travel Document Security Concepts (including identity and residence permits, stick-in vignettes and stand alone cards).
• Machine Assisted Security Features
• Photograph Security Concepts and Image Enhancement Technologies`
• E-Commerce and PKI
• Emerging Encryption Techniques
• Data Storage Media
• Data Chip Partitioning and Security
• Antennae
• Self-Service Facilitation
• Identity Management
The technologies sought are to assist in the following areas:
• assessment of applicant eligibility
• document security and production
• linking documents to holders/bearers
• providing reliable authentication of genuine documents
• facilitating secure and reliable transit of travellers through airports, seaports and other international border control points.
RFI categories are as follows:
• Travel Document Security Concepts (including identity and residence permits, stick-in vignettes and stand alone cards).
• Machine Assisted Security Features
• Photograph Security Concepts and Image Enhancement Technologies`
• E-Commerce and PKI
• Emerging Encryption Techniques
• Data Storage Media
• Data Chip Partitioning and Security
• Antennae
• Self-Service Facilitation
• Identity Management
Closing Date: 31/03/11
Monday, January 10, 2011
RFP - Dept of Labour (NZ) - Provision of E-Passport Document Readers
The Department of Labour and New Zealand Customs Service wish to select a preferred supplier for the provision of E-Passport reader hardware, software and services. The aim is to improve visa services, border processing, passport authentication and identity information management.
Closing Date: 11/02/11
Closing Date: 11/02/11
Labels:
Border Management System,
Dept of Labour,
NZ
Wednesday, June 16, 2010
NOI - New Zealand Customs Service (NZ) - Update - on the Joint Border Management System (JBMS) RFIs
Vendor forums were held on 9th and 10 June 2010 to respond to questions arising from the JBMS Prime Services Contractor RFI (GETS reference 29793) and Intelligence and Risk Software Products RFI (GETS reference 29794), which were released on 24 May 2010. We have collated all questions received up until 6 pm NZST on Friday 11 June, and our answers, into the attached document.
We are continuing to receive questions and are working on producing answers. We will publish further editions of this document from time to time.
We are continuing to receive questions and are working on producing answers. We will publish further editions of this document from time to time.
Wednesday, May 26, 2010
RFI - New Zealand Customs Service (NZ) - Intelligence and Risk Assessment Software for Joint Border Management System
In March 2009 the New Zealand Customs Service (Customs) and Ministry of Agriculture and Forestry (MAF) published a Request for Information (RFI) on GETS (reference 25394) in relation to the proposed Joint Border Management System (JBMS). The RFI sought information on a range of ICT commodities.
Information from the commodity and prime supplier responses to the RFI was used to develop the business case submitted to Government in October 2009, which proposed delivery of the JBMS in two tranches. Funding for the first stage of JBMS has now been allocated in Budget 2010, and we are authorised to proceed with the RFP process.
The responses to the RFI in 2009 allowed us to assess the system’s requirements including high level architecture requirements, and to develop the content of the two tranches.
This has led us to conclude that:
a) prospective prime suppliers should include generic commodities in their proposals; and
b) we will issue this further RFI for commodities in the intelligence and risk domain of the JBMS only, and will not issue a Request for Proposal (RFP) for commodities for the first tranche.
c) The intelligence and risk management application within the JBMS provides critical functionality to support risk assessment, intervention decisions and resource allocation.
This RFI includes business requirements for the following functions:
Entity Mining
Entity Matching and Merging
Pattern Analysis (based on data mining)
Risk Rating
Profiling and Alerts
Action Plans
The purpose of this RFI is to gain the best possible understanding of available solutions and their relative merits in terms of the requirements. This will inform the content of the closed RFP that will be issued to long listed prime suppliers, who will be responsible for the integration of intelligence and risk software and other JBMS components.
Details of intelligence and risk software solutions that meet our minimum criteria will be passed on to prospective prime suppliers to consider in developing their proposals. The understanding we have gained from responses to this RFI will assist our evaluation of intelligence and risk software solutions that prime suppliers include in their proposals.
Vendors of these products who responded to the 2009 RFI must respond to this second RFI too if they wish details of their products to be provided to prospective Prime suppliers for consideration.
This RFI has been issued concurrently with the RFI, “Joint Border Management System, Prime Contractor Services” (GETS reference 29793). A long list of prospective prime suppliers was identified as a result of the 2009 RFI. Due to the time that has elapsed since then, we are issuing the further prime supplier RFI to allow participation by any additional suppliers.
Information from the commodity and prime supplier responses to the RFI was used to develop the business case submitted to Government in October 2009, which proposed delivery of the JBMS in two tranches. Funding for the first stage of JBMS has now been allocated in Budget 2010, and we are authorised to proceed with the RFP process.
The responses to the RFI in 2009 allowed us to assess the system’s requirements including high level architecture requirements, and to develop the content of the two tranches.
This has led us to conclude that:
a) prospective prime suppliers should include generic commodities in their proposals; and
b) we will issue this further RFI for commodities in the intelligence and risk domain of the JBMS only, and will not issue a Request for Proposal (RFP) for commodities for the first tranche.
c) The intelligence and risk management application within the JBMS provides critical functionality to support risk assessment, intervention decisions and resource allocation.
This RFI includes business requirements for the following functions:
Entity Mining
Entity Matching and Merging
Pattern Analysis (based on data mining)
Risk Rating
Profiling and Alerts
Action Plans
The purpose of this RFI is to gain the best possible understanding of available solutions and their relative merits in terms of the requirements. This will inform the content of the closed RFP that will be issued to long listed prime suppliers, who will be responsible for the integration of intelligence and risk software and other JBMS components.
Details of intelligence and risk software solutions that meet our minimum criteria will be passed on to prospective prime suppliers to consider in developing their proposals. The understanding we have gained from responses to this RFI will assist our evaluation of intelligence and risk software solutions that prime suppliers include in their proposals.
Vendors of these products who responded to the 2009 RFI must respond to this second RFI too if they wish details of their products to be provided to prospective Prime suppliers for consideration.
This RFI has been issued concurrently with the RFI, “Joint Border Management System, Prime Contractor Services” (GETS reference 29793). A long list of prospective prime suppliers was identified as a result of the 2009 RFI. Due to the time that has elapsed since then, we are issuing the further prime supplier RFI to allow participation by any additional suppliers.
Closing Date: 21/06/10
RFI - New Zealand Customs Service (NZ) - Prime Contractor for Joint Border Management System
On 8 March 2010 the New Zealand Customs Service (Customs) and Ministry of Agriculture and Forestry (MAF) published an update notice (reference 29090) for prospective Prime suppliers regarding the Joint Border Management System (JBMS) programme. The notice advised that the Government had given approval to develop a Request for Proposal (RFP), but that whether or not the RFP could be issued would be a Budget 2010 decision.
Funding for the first tranche of JBMS has now been allocated in the Government’s 2010 Budget, and we are authorised to proceed with the RFP process.
The notice on 8 March 2010 also advised that the JBMS Request for Proposal (RFP) for prospective Prime suppliers would be issued to only those who responded to the RFI published in March 2009, and met the minimum criteria for participation.
Information and advice received since then has caused us to review that decision, and we have concluded we should re-open access to qualification to receive the Prime supplier RFP.
As a result, the purpose of this second Prime supplier RFI is to select a long list of suppliers that will be invited to respond to a closed RFP.
Prospective Prime suppliers already long listed from the March 2009 RFI will retain that status, subject to meeting minimum criteria for continued participation.
This RFI sets out the minimum requirements for existing and new prospective Prime suppliers.
The scope of this RFI covers a range of prime contractor services for Tranche 1 and includes:
• supplier-side programme and project management, technology architecture and testing;
• supporting services (as required) for business change management including process design, training and documentation development;
• system integration services of all selected commercial off the shelf (COTS) products for development and implementation;
• implementation and transition management services;
• support and maintenance services not less than 12 months after completion of Tranche 1;
• supply of, or supporting the purchase of, software licences for all products comprising the Tranche 1 solution (excluding those required for Intelligence and Risk functions);
• product and technology solutions for production, development, test and training environments;
• management of the development, test and training environments in conjunction with Customs incumbent outsourced supplier; and
• data conversion and migration.
This RFI has been issued concurrently with a second RFI, “Intelligence and Risk Software - Joint Border Management System” (GETS reference 29794).
The purpose of that RFI is to create a list of respondents who, having met its minimum mandatory requirements, will have their company and product details forwarded to prospective prime contractors for possible inclusion in their full and detailed response to the closed RFP.
Funding for the first tranche of JBMS has now been allocated in the Government’s 2010 Budget, and we are authorised to proceed with the RFP process.
The notice on 8 March 2010 also advised that the JBMS Request for Proposal (RFP) for prospective Prime suppliers would be issued to only those who responded to the RFI published in March 2009, and met the minimum criteria for participation.
Information and advice received since then has caused us to review that decision, and we have concluded we should re-open access to qualification to receive the Prime supplier RFP.
As a result, the purpose of this second Prime supplier RFI is to select a long list of suppliers that will be invited to respond to a closed RFP.
Prospective Prime suppliers already long listed from the March 2009 RFI will retain that status, subject to meeting minimum criteria for continued participation.
This RFI sets out the minimum requirements for existing and new prospective Prime suppliers.
The scope of this RFI covers a range of prime contractor services for Tranche 1 and includes:
• supplier-side programme and project management, technology architecture and testing;
• supporting services (as required) for business change management including process design, training and documentation development;
• system integration services of all selected commercial off the shelf (COTS) products for development and implementation;
• implementation and transition management services;
• support and maintenance services not less than 12 months after completion of Tranche 1;
• supply of, or supporting the purchase of, software licences for all products comprising the Tranche 1 solution (excluding those required for Intelligence and Risk functions);
• product and technology solutions for production, development, test and training environments;
• management of the development, test and training environments in conjunction with Customs incumbent outsourced supplier; and
• data conversion and migration.
This RFI has been issued concurrently with a second RFI, “Intelligence and Risk Software - Joint Border Management System” (GETS reference 29794).
The purpose of that RFI is to create a list of respondents who, having met its minimum mandatory requirements, will have their company and product details forwarded to prospective prime contractors for possible inclusion in their full and detailed response to the closed RFP.
Closing Date 21/6/10
Subscribe to:
Posts (Atom)