Section one: Contracting authority
one.1) Name and addresses
FCDO Services
Hanslope Park
Milton Keynes
MK19 7BH
adrian.draperoatley@fco.gov.uk
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
FCDO Services ITT for the Provision of a Technology & Operations’ Managed Service Provision (2 Lots)
Reference number
XY120/161/22AD
two.1.2) Main CPV code
- 71621000 - Technical analysis or consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
FCDO Services are looking to form a partnership on a range of digital and technical programmes as part of the FCDO Services portfolio of work. The chosen supplier will need to provide expertise and specialism to support delivery and enhance capability covering the IT Operations and Technical skillsets within Digital, Data and Technology roles (DDaT).
The following services are within the scope of this Framework:
• Lot 1 - Technology & Operations’ Technology & Architecture Service Provision
• Lot 2 –Technology & Operations’ Programme & Project Service Provision
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
• Lot 1 - Technology & Operations’ Technology & Architecture Service Provision
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 will be awarded to a Single Supplier for the provision of Technical & Architecture services to the Authority. The supplier will work alongside our in-house teams supporting the following (but not limited to);
• Business Architecture, Data Architecture, Application Architecture, Technology Architecture (BDAT), and Security Architecture aligned to the TOGAF and Zachman Framework. Enterprise Architect, Solutions Architect, Data Architect, Security Architect, and Technical Author are examples of roles (please refer to Annex 1 for a full list of capabilities)
• Provide tactical and strategic engineering support to cover BAU and project delivery for software development, as well as technical support ranging from 1st to 4th line support. Service Desk Analysts, Server and Storage Engineer, Network Engineer, Database Engineer, and Desktop and Field Engineers.
• Provide Quality Assurance and Test Practice - Functional testing, Non-functional testing, technical breadth, and Test analysis.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 April 2023
End date
23 April 2026
This contract is subject to renewal
Yes
Description of renewals
• The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (“The Initial Framework Period”).
• The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year.
• The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date
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) Description
two.2.1) Title
Lot 2 - Technology & Operations’ Programme & Project Service Provision
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 will be awarded to a Single Supplier for the provision of Programme and Project Management and Project Support. The supplier will work alongside our in-house Delivery teams supporting the following (but not limited to);
• Provide Agile Project and Programme support for projects in progress or in scope for completion. Project Manager, Programme Manager, and a Project Management Office are the roles.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 April 2024
End date
23 April 2025
This contract is subject to renewal
Yes
Description of renewals
• The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (“The Initial Framework Period”).
• The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year.
• The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
3 February 2023
Local time
1:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 February 2023
Local time
1:00pm
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