Section one: Contracting authority
one.1) Name and addresses
FCDO Services
Hanslope Park
Milton Keynes
MK19 7BH
adrian.draperoatley@fco.gov.uk
Telephone
+44 1908515789
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://fcdo.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fcdo.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://fcdo.bravosolution.co.uk
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
ITT for the Provision of an Enterprise Health & Safety System
Reference number
XLY120/063/23ADO
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
FCDO Services (the Authority) invites tenders from Providers of Health & Safety (H&S) Systems.
The successful supplier will provide a market leading H&S System to replace our existing solution and improve the management of information supporting the health and welfare of staff in the workplace. The supplier will support us in the setup, configuration and business change required to adopt the new system.
The objective of the H&S system is to improve the delivery of H&S services, provide managers with clear performance information to manage their H&S controls and to enable FCDO Services to comply with H&S policy and legislation. This includes; incident reporting and capture, incident investigation, inspections and audits, risk assessment, work permits, and Business information output reporting.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48219300 - Administration software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Hanslope Park
Milton Keynes
MK19 7BH
two.2.4) Description of the procurement
FCDO Services (the Authority) invites tenders from Providers of Health & Safety (H&S) Systems.
The successful supplier will provide a market leading H&S System to replace our existing solution and improve the management of information supporting the health and welfare of staff in the workplace. The supplier will support us in the setup, configuration and business change required to adopt the new system.
The objective of the H&S system is to improve the delivery of H&S services, provide managers with clear performance information to manage their H&S controls and to enable FCDO Services to comply with H&S policy and legislation. This includes; incident reporting and capture, incident investigation, inspections and audits, risk assessment, work permits, and Business information output reporting.
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 September 2023
End date
31 August 2026
This contract is subject to renewal
Yes
Description of renewals
The anticipated contract start date is 1st September 2023 with an initial duration expiring 30th September 2026. There will be an option to extend this contract for two further periods of up to 12 months each.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 July 2023
Local time
1:59pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 July 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
FCDO Services
Milton Keynes
MK19 7BH
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
FCDO Services
Milton Keynes
Country
United Kingdom