Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Provision of Armed Mobile Security and Residential Security Team, BE Tripoli
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Armed Mobile Security and Residential Security Team, BE Tripoli
two.1.5) Estimated total value
Value excluding VAT: £18,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
BE Tripoli
two.2.4) Description of the procurement
The retender of the FCDO Provision of Armed Mobile Security and Residential Security Team contract with the winning bidder ready to commence the new contract in April 2024 for 3+1+1 years (the current contract will expire in March 2024).
The central objective of this contract is to deliver the safety and security of FCDO staff and others for whom the FCDO accepts duty of care at the British Embassy Tripoli. The key requirements that the FCDO seeks from the Contractor are:
a. Delivery of Armed Mobile Security and Residential Security Team
b. First class support and customer service;
c. Delivery of value for money on behalf of the UK Taxpayer;
d. Flexibility and responsiveness to change;
e. Pro-activeness in meeting the changing requirements of external bodies who the Authority works closely with (e.g. OGDs, co-located Missions and Embassies);
f. Proactive engagement with the Authority to changes and requirements by local and national authorities of Tripoli;
g. Compliance with all contractual obligations, national and international laws.
Additional Note
For National Security reasons all bidders including consortia expressing an interest at the Selection stage must be UK registered Companies.
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: £18,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by a further two years in yearly increments; therefore, the maximum duration of the contract will be five (5) years.
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
For National Security reasons all bidders including consortia expressing an interest at the Selection stage must be UK registered Companies.
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
For National Security reasons all bidders including consortia expressing an interest at the Selection stage must be UK registered Companies.
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
3 January 2024
Local time
5:00pm
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In order to participate and gain access to the tender pack, potential bidders must 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 reference: project_10417 and pqq_1523.
If a potential bidder is not registered on the FCDO Jaggaer e-procurement portal, click on the link above (or copy and paste the link into your web browser) and this would take you 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 bidders 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.
six.4) Procedures for review
six.4.1) Review body
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre For Effective Dispute Resolution
London
EC4M 8BU
Country
United Kingdom