Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
UK
Telephone: +44 02070080932
E-mail: FMprocurement@fcdo.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://fcdo.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fcdo.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FM - Supply and Delivery of Fuel at British High Commission Nigeria Network - SQ
II.1.2) Main CPV code
09100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority is seeking a principal supplier for the delivery of fuel to the British High Commission Nigeria Network.
The British High Commission (BHC) is the UK Government’s representative responsible for British Government bilateral relationship with Nigeria. To meet this objective, BHC seeking tenders for the Supply and delivery of Diesel to BHC and BHC properties.
The contract will be for 3 years with the option to extend for 1 additional 24 month period.
The Authority issues this Selection Questionnaire (“SQ”) for the Provision Of Fuel Deliveries For The British High Commission Nigeria Network in accordance with the UK Public Contract Regulations 2015 as amended by the Public Procurement (EU Exit) Regulations 2020 (referred to as the “regulations”). This Procurement Process is being run in accordance with the Restricted Procedure under Regulation 28 of the Public Contracts Regulation 2015 that has been adapted in line with regulation 15(2)(b) of the Public Contracts Regulation 2015.
The Authority requires the information sought in this SQ from each Potential Supplier that wishes to proceed further in tendering for this project. Only Potential Suppliers who are successful at this stage will be invited to tender for this project.
The purpose of this SQ is to form the initial stage of procurement through assessing Potential Suppliers against their ability to deliver this project and allowing the FCDO to progress the tendering process via a restricted route in accordance with the latest UK public procurement guidelines.
Following the confirmation of outcomes of the SQ process, both successful and unsuccessful suppliers will be provided with feedback prior to The Authority then issuing the Invitation To Tender (ITT) to only successful suppliers
Please read the instructions for the Pre-Qualification Questionnaire carefully as failure to comply with them may invalidate your submission. All Tender documentation will be published and all substantive communication between the
Authority and bidders will be conducted via the FCDO’s eProcurement Portal, JAGGAER. The URL is https://fcdo.bravosolution.co.uk/ (requires registration), then navigate to PQQ 1603.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
NG
II.2.4) Description of the procurement
The Authority issues this Selection Questionnaire (“SQ”) for the Provision Of Fuel Deliveries For The British High Commission Nigeria Network in accordance with the UK Public Contract Regulations 2015 as amended by the Public Procurement (EU Exit) Regulations 2020 (referred to as the “regulations”). This Procurement Process is being run in accordance with the Restricted Procedure under Regulation 28 of the Public Contracts Regulation 2015 that has been adapted in line with regulation 15(2)(b) of the Public Contracts Regulation 2015.
The Authority requires the information sought in this SQ from each Potential Supplier that wishes to proceed further in tendering for this project. Only Potential Suppliers who are successful at this stage will be invited to tender for this project.
The purpose of this SQ is to form the initial stage of procurement through assessing Potential Suppliers against their ability to deliver this project and allowing the FCDO to progress the tendering process via a restricted route in accordance with the latest UK public procurement guidelines.
Following the confirmation of outcomes of the SQ process, both successful and unsuccessful suppliers will be provided with feedback prior to The Authority then issuing the Invitation To Tender (ITT) to only successful suppliers
Please read the instructions for the Pre-Qualification Questionnaire carefully as failure to comply with them may invalidate your submission. All Tender documentation will be published and all substantive communication between the
Authority and bidders will be conducted via the FCDO’s eProcurement Portal, JAGGAER. The URL is https://fcdo.bravosolution.co.uk/ (requires registration), then navigate to PQQ 1603.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
30/09/2027
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for 3 years with the option to extend for 1 additional 24 month period.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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:
15/04/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Foreign, Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
UK
VI.5) Date of dispatch of this notice
15/03/2024