Opportunity

Procurement of Global Internet Connectivity Services via a Dynamic Purchasing System

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice reference: 2021/S 000-005121

Published 12 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Contact

Craig Wormleighton

Email

craig.wormleighton@fcdo.gov.uk

Telephone

+44 02070081467

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

Procurement of Global Internet Connectivity Services via a Dynamic Purchasing System

Reference number

6334

two.1.2) Main CPV code

  • 64200000 - Telecommunications services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority, on behalf of the Secretary of State for the Foreign, Commonwealth and Development Office (FCDO) and the British Council (collectively the ‘Partners’), intends to establish a Dynamic Purchasing System (DPS) for the procurement of global internet connectivity services.

The Contracting Authority intends to make the DPS available to other UK Central Government bodies.

The global internet connectivity services will connect ministerial headquarters and other head offices in the UK with their respective embassies, consulates and other office locations, totalling approximately 500 sites in 175 countries.

The FCDO makes no contractual commitment to procure any global internet connectivity services under the DPS. However, significant elements are expected to be called off when the DPS is established (or very shortly thereafter).

Important Information for all Potential Suppliers

In order to participate and gain access to all documentation in relation to this procurement, 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 6334 or pqq_1051

If a potential supplier is not registered on the portal, click the link above 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.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 64210000 - Telephone and data transmission services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Partners’ global connectivity requirements are currently provided by a single supplier which has responsibility for the provision of the bulk of the Partners’ local and wide area network requirements.

The Partners are disaggregating their connectivity requirements into i) network integration services, the scope of which comprises MPLS and VSAT connectivity, an intelligent routing platform, secure internet gateway and related services and ii) global internet connectivity.

The scope of this notice is the proposed procurement of internet connectivity at approximately 500 Partner sites in 175 countries. The FCDO is proposing to establish a DPS for the procurement of global internet connectivity. Potential suppliers can apply to join the DPS at any time following the publication of this Contract Notice.

Once the DPS is established, suppliers that have successfully qualified to join the DPS may be invited to take part in a series of procurements for the provision of global internet connectivity at the Partner sites. The size and scope of these future procurements have not yet been established by the Partners, but the FCDO anticipates that the first procurements will take place in the late summer of 2021.

The network integration service is the subject of a separate procurement. The contract notice for the network integration service, reference 2020/S 106-258337, was published in the Official Journal of the European Union on 3rd June 2020.

The FCDO has produced a descriptive document that provides further information on the Partners and their global connectivity requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

66

This contract is subject to renewal

No

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

two.2.14) Additional information

The FCDO will be the Contracting Authority, acting on behalf of the Partners, and it intends to make the DPS available to other UK Central Government bodies.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Not applicable

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Not applicable


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions are an option available to the Partners when procuring services under the DPS.

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: 2020/S 141-348181

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 April 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Information about the limits on the number of candidates to be invited:

There is no limit on the number of candidates that may be invited to join the DPS. All the candidates satisfying the selection criteria shall be admitted to the DPS.

Time limit for receipt of tenders or requests to participate:

There is no time limit for the receipt of requests to participate in the DPS. Requests to participate in the DPS may be made throughout the entire period of validity of the DPS, in accordance with Regulation 34 of the Public Contracts Regulations 2015 (as amended) ('PCR 2015').

The Contracting Authority reserves the right to cancel, withdraw or discontinue this procurement and, to the extent permissible by law, to make changes to the scope or procedure of this procurement. The Contracting Authority shall not be liable for any costs, expenses or liabilities incurred by any economic operator directly or indirectly as a result of such withdrawal, discontinuance or change. The Contracting Authority reserves the right at any time to: i) reject any or all responses; ii) change the basis, the procedure and timescales set out or referred to within the procurement documents; iii) require a potential supplier to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); iv) terminate the procurement; and v) amend the terms and conditions of the tender.

six.4) Procedures for review

six.4.1) Review body

Foreign, Commonwealth & Development Office

King Charles Street

London

SW1A 2AH

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any review proceedings will be dealt with in accordance with the requirements of the PCR 2015 or any successor to the PCR 2015. Any review proceedings must be brought within the timescales specified by the applicable law.

six.4.4) Service from which information about the review procedure may be obtained

Foreign, Commonwealth & Development Office

London

SW1A 2AH

Country

United Kingdom