Opportunity

FM - Supply and Delivery of Fuel at British High Commission Nigeria Network - SQ

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice reference: 2024/S 000-008550

Published 15 March 2024, 6:21pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

FMprocurement@fcdo.gov.uk

Telephone

+44 02070080932

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

FM - Supply and Delivery of Fuel at British High Commission Nigeria Network - SQ

two.1.2) Main CPV code

  • 09100000 - Fuels

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is seeking a principal supplier for the delivery of fuel to the British High Commission Nigeria Network.

The British High Commission (BHC) is the UK Government’s representative responsible for British Government bilateral relationship with Nigeria. To meet this objective, BHC seeking tenders for the Supply and delivery of Diesel to BHC and BHC properties.

The contract will be for 3 years with the option to extend for 1 additional 24 month period.

The Authority issues this Selection Questionnaire (“SQ”) for the Provision Of Fuel Deliveries For The British High Commission Nigeria Network in accordance with the UK Public Contract Regulations 2015 as amended by the Public Procurement (EU Exit) Regulations 2020 (referred to as the “regulations”). This Procurement Process is being run in accordance with the Restricted Procedure under Regulation 28 of the Public Contracts Regulation 2015 that has been adapted in line with regulation 15(2)(b) of the Public Contracts Regulation 2015.

The Authority requires the information sought in this SQ from each Potential Supplier that wishes to proceed further in tendering for this project. Only Potential Suppliers who are successful at this stage will be invited to tender for this project.

The purpose of this SQ is to form the initial stage of procurement through assessing Potential Suppliers against their ability to deliver this project and allowing the FCDO to progress the tendering process via a restricted route in accordance with the latest UK public procurement guidelines.

Following the confirmation of outcomes of the SQ process, both successful and unsuccessful suppliers will be provided with feedback prior to The Authority then issuing the Invitation To Tender (ITT) to only successful suppliers

Please read the instructions for the Pre-Qualification Questionnaire carefully as failure to comply with them may invalidate your submission. All Tender documentation will be published and all substantive communication between the

Authority and bidders will be conducted via the FCDO’s eProcurement Portal, JAGGAER. The URL is https://fcdo.bravosolution.co.uk/ (requires registration), then navigate to PQQ 1603.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • NG - Nigeria

two.2.4) Description of the procurement

The Authority issues this Selection Questionnaire (“SQ”) for the Provision Of Fuel Deliveries For The British High Commission Nigeria Network in accordance with the UK Public Contract Regulations 2015 as amended by the Public Procurement (EU Exit) Regulations 2020 (referred to as the “regulations”). This Procurement Process is being run in accordance with the Restricted Procedure under Regulation 28 of the Public Contracts Regulation 2015 that has been adapted in line with regulation 15(2)(b) of the Public Contracts Regulation 2015.

The Authority requires the information sought in this SQ from each Potential Supplier that wishes to proceed further in tendering for this project. Only Potential Suppliers who are successful at this stage will be invited to tender for this project.

The purpose of this SQ is to form the initial stage of procurement through assessing Potential Suppliers against their ability to deliver this project and allowing the FCDO to progress the tendering process via a restricted route in accordance with the latest UK public procurement guidelines.

Following the confirmation of outcomes of the SQ process, both successful and unsuccessful suppliers will be provided with feedback prior to The Authority then issuing the Invitation To Tender (ITT) to only successful suppliers

Please read the instructions for the Pre-Qualification Questionnaire carefully as failure to comply with them may invalidate your submission. All Tender documentation will be published and all substantive communication between the

Authority and bidders will be conducted via the FCDO’s eProcurement Portal, JAGGAER. The URL is https://fcdo.bravosolution.co.uk/ (requires registration), then navigate to PQQ 1603.

two.2.5) Award criteria

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

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

Start date

1 October 2024

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

The contract will be for 3 years with the option to extend for 1 additional 24 month period.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

Date

15 April 2024

Local time

5:00pm

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: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Foreign, Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Country

United Kingdom