Tender

UK Overseas Territories: Turks & Caicos (TCI) Air Intel, Surveillance & Reconnaissance Capacity

  • Foreign Commonwealth & Development Office

F02: Contract notice

Notice identifier: 2022/S 000-017830

Procurement identifier (OCID): ocds-h6vhtk-034c4c

Published 29 June 2022, 10:07pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth & Development Office

King Charles Street

London

SW1A 2AH

Email

tony.mesarowicz@fcdo.gov.uk

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

Internet address

https://fcdo.bravosolution.co.uk/