Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth & Development Office
King Charles Street
London
SW1A 2AH
Telephone
+44 2070081500
Country
United Kingdom
NUTS 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 electronically via
https://fcdo.bravosolution.co.uk
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
UK Overseas Territories: Turks & Caicos (TCI) Air Intel, Surveillance & Reconnaissance Capacity
Reference number
8102/2022
two.1.2) Main CPV code
- 60440000 - Aerial and related services
two.1.3) Type of contract
Services
two.1.4) Short description
FCDO is seeking engagement from suppliers on the options for providing aerial intelligence, surveillance and reconnaissance capability to support the Turks & Caicos Islands, a British Overseas Territory. The main objective at this stage is to seek expert feedback in order to shape and develop the final Statement of Requirements prior to launching a formal tender process.
Objectives of the contract are to increase the capability of Royal Turks & Caicos Police Force to detect, deter and intercept irregular migration and provide an additional anti-smuggling, search and rescue and law enforcement platform.
Subject to feedback from suppliers following the market engagement event, the Authority is currently considering solutions based on the following three scenarios:
1. Leasing an aircraft with ISR capability under ACMI (Aircraft, Crew, Maintenance and Insurance) model – supplier provides not just aircraft, but also crew, maintenance package and insurance. Number of days per week and hours of operation are to be determined, but there may be a requirement for the aircraft to be available 24/7/365.
2. Lease of aircraft with ISR capability only – maintenance package options appreciated. Crewing would be RTCIPF responsibility.
3. Outright purchase of ISR capable aircraft, including information on maintenance support packages. RTCIPF will take on all responsibility for crewing, maintenance, upkeep, etc.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- TC - Turks and Caicos Islands
Main site or place of performance
Turks & Caicos Islands
two.2.4) Description of the procurement
FCDO is seeking engagement from suppliers on the options for providing aerial intelligence, surveillance and reconnaissance capability to support the Turks & Caicos Islands, a British Overseas Territory. The main objective at this stage is to seek expert feedback in order to shape and develop the final Statement of Requirements prior to launching a formal tender process.
Objectives of the contract are to increase the capability of Royal Turks & Caicos Police Force to detect, deter and intercept irregular migration and provide an additional anti-smuggling, search and rescue and law enforcement platform.
Subject to feedback from suppliers following the market engagement event, the Authority is currently considering solutions based on the following three scenarios:
1. Leasing an aircraft with ISR capability under ACMI (Aircraft, Crew, Maintenance and Insurance) model – supplier provides not just aircraft, but also crew, maintenance package and insurance. Number of days per week and hours of operation are to be determined, but there may be a requirement for the aircraft to be available 24/7/365.
2. Lease of aircraft with ISR capability only – maintenance package options appreciated. Crewing would be RTCIPF responsibility.
3. Outright purchase of ISR capable aircraft, including information on maintenance support packages. RTCIPF will take on all responsibility for crewing, maintenance, upkeep, etc.
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
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority is likely to have a need for the requirement for up to three years. Subject to feedback from the supplier engagement event, the contract will have a validity of up to 24 months with optional extensions at the agreement of both parties.
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 Authority will hold a supplier engagement event prior to the tender, week-commencing Monday 18 July 2022. The event will be virtual, at a time to accommodate UK and Caribbean based suppliers. Further details are available on the Authority's eSourcing portal: https://fcdo.bravosolution.co.uk/. Requires registration which is free and instantaneous. Navigate to Project 8102, PQQ 1253.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
To be published in tender documentation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
31 July 2022
Local time
11:59pm
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
1 August 2022
Local time
9:00am
Place
UK
Information about authorised persons and opening procedure
FCDO Commercial Directorate. Time indicated reflects deadline for expressions of interest. The start and end dates of the Invitation to Tender will be confirmed following the supplier engagement event.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
See Authority's eSourcing portal for further details: https://fcdo.bravosolution.co.uk/.
Requires registration which is free and instantaneous. Navigate to Project 8102, PQQ 1253.
six.4) Procedures for review
six.4.1) Review body
FCDO Commercial
King Charles Street
London
SW1A 2AH
Telephone
+44 2070081500
Country
United Kingdom