Tender

FCDO Services ITT for the Provision of a Technology & Operations’ Managed Service Provision (2 Lots)

  • FCDO Services

F02: Contract notice

Notice identifier: 2022/S 000-036251

Procurement identifier (OCID): ocds-h6vhtk-03936f

Published 21 December 2022, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

FCDO Services

Hanslope Park

Milton Keynes

MK19 7BH

Email

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