Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Telephone
+44 02070088216
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Buyer's address
https://fcdo.bravosolution.co.uk/web/login.html
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fcdo.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fcdo.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
One HMG Movement of Personal Effects
Reference number
CPG/6341/2022
two.1.2) Main CPV code
- 79613000 - Employee relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement is for the Provision of Heavy Baggage, Unaccompanied Air Freight (UAF) and Car Freight to the Foreign, Commonwealth and Development Office and Partner's Across Government (PAG's).
See II.2.4 below for further information
two.1.5) Estimated total value
Value excluding VAT: £96,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The contract will be delivered globally
two.2.4) Description of the procurement
This requirement details the current Foreign, Commonwealth and Development Office (FCDO) and Partners across Government (PAGs) (collectively known as the Authority) requirements for the movement of personal belongings and vehicles between specified establishments in the UK and Overseas.
The contract will be open for all UK Government departments and regional assemblies to join. An indicative list of these are below : Foreign, Commonwealth & Development Office (FCDO), FCDO Services (FCDOS), British Council, Department for Transport, Home Office (HO), Home Office - Border Force, Home Office – Counter Terrorism Unit , Medical Research Council, National Crime Agency (NCA), Crown Prosecution Service (CPS), Welsh Government, Metropolitan Police, Department for Environment Food and Rural Affairs (DEFRA), Department of Work & Pensions, HM Treasury, HMRC, Ministry of Justice, NI Government, Public Health England (PHE), Scottish Government, UK Research & Innovation (UKRI) ,Department for Business Energy & Industrial Strategy (BEIS), Office of National Statistics (ONS), House of Commons, Defence Academy, CEFAS, Food Standards Agency, Intellectual Property Office (IPO) and the Department for Health. The contractor should be aware that not all departments will join the contract from 1st September 2022; some may join at a later date. Departments joining at a later date will benefit from the agreed contracted rates.
Each PAG will be responsible for payments to the contractor in relation to services used under the contract by its employees.
The Authority is responsible for the provision of a variety of services to support the postings of HMG staff including Diplomatic Staff overseas. This includes the movement of personal belongings and vehicles to and from overseas Posts.
The Contractor will provide the comprehensive services necessary for the safe, expeditious and satisfactory removal of the Personal Effects, UAF and Personal Vehicles sent by the Authority, by airfreight, road and sea freight from the UK to Posts, from Posts to the UK and from Posts to other Posts in accordance with the rules and regulations set out in the relevant PAG/FCDO Guidance.
The estimated moves annually in each category are:
Personal Effects 1200 - 2200
UAF 800 - 1800
Personal Vehicles 0 - 120
These figures may be subject to change.
All organisations post officers abroad in different ways and at different times. This will provide a challenge for the Contractor in the provision and delivery of the movement of personal effects.
The need to manage individuals who travel abroad at short notice combined with the requirements of families posted to remote diplomatic missions will provide the Contractor with an exciting opportunity to develop a high quality and effective level of service.
two.2.5) Award criteria
Quality criterion - Name: TECHNICAL / Weighting: 60
Quality criterion - Name: COMMERCIAL / Weighting: 40
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month optional extensions available after the initial contract period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Authority reserves the right to undertake and electronic auction (e-auction) at its sole discretion.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-005467
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 February 2022
Local time
10:00am
Place
LONDON, UNITED KINGDOM
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contract period is for an initial 3 years, with an optional extension of up to 24 months.
Important Information for all Potential Suppliers
In order to participate and gain access to the Invitation To Tender pack, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link.
URL: https://fcdo.bravosolution.co.uk/web/login.html
Once logged in, search for project reference project_6341 and itt_4660
If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration.
Registration takes approximately 5 minutes and is free of charge.
Two-Factor Authentication (2FA)
Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE.
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth & Development Office
LONDON
SW1A 2AH
Country
United Kingdom