Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 29th Nov 2023
Reference | ocds-h6vhtk-041dab |
Common Procurement Vocabulary | Transport systems consultancy services |
Procurement Method | Open procedure |
Value | £5,000,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 29th Nov 2023
Reference | ocds-h6vhtk-041dab |
Common Procurement Vocabulary | Transport systems consultancy services |
Procurement Method | Open procedure |
Value | £5,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
cpg.enquiries [at] fcdo.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://fcdo.bravosolution.co.uk/web/login.html
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transport Advisory Services for Major Events
Reference number
project_9453
II.1.2) Main CPV code
- 71311200 - Transport systems consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking a consultancy services contractor (hereafter referred to as “the Supplier”) experienced in delivering specific transport planning and traffic management provisions for high profile major events.
II.1.5) Estimated total value
Value excluding VAT: £5,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
The Authority is seeking a consultancy services contractor (hereafter referred to as “the Supplier”) experienced in delivering specific transport planning and traffic management provisions for high profile major events.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £5,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial contract period of 2 yrs may be extended for a further 12 month period, making a potential contract duration of 3 years in total.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Authority reserves the right to use and electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
9 January 2024
Local time
10:00am
Place
LONODN, UNITED KINGDOM
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
DETAILS OF WHERE TO ACCESS THE INVITATION TO TENDER
The full Invitation To Tender pack is available via the Authority's proprietary e-procurement system, Jaggaer. Registration is required, and is free of charge - see portal link below: -
https://fcdo.bravosolution.co.uk/web/login.html
Once registered, if not already, search for project_9453 / itt_6065
NOTE: ACCESS TO JAGGAER AND TWO-FACTOR AUTHENTICATION (2FA)
Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER, 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.
VI.4) Procedures for review
VI.4.1) Review body
Foreign, Commonwealth & Development Office
London
SW1A 2AH
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any review proceedings will be dealt with in accordance with the requirements of the PCR 2015 or any successor to the PCR 2015. Any review proceedings must be brought within the timescales specified by the applicable law.