Contract notice
Section I: Contracting
authority
I.1) Name and addresses
FCO Services
Hanslope Park
Milton Keynes
MK19 7BH
UK
Contact person: Andrew Cable
Telephone: +44 1908-515789
E-mail: Andrew.Cable@fco.gov.uk
NUTS: UK
Internet address(es)
Main address: www.fcoservices.gov.uk
I.2) 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://fco.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://fco.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
Body governed by public law
I.5) Main activity
Other: Ministry of Foreign Affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Global Logistics and Associated Services
Reference number: XLY203/002/18
II.1.2) Main CPV code
60411000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of commercial and diplomatic shipments (freight and mail) to and from locations globally. Shipments will be primarily by air but all transport modes may be employed. Provision for collection and delivery of secure documentation globally. The framework will be divided into 3 lots.
II.1.5) Estimated total value
Value excluding VAT:
150 000 000.00
GBP
II.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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1, 2 and 3
II.2) Description
Lot No: 1
II.2.1) Title
Courier/Small Package
II.2.2) Additional CPV code(s)
60411000
60421000
64113000
64121100
64121200
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
Hanslope Park but may also be on a global basis
II.2.4) Description of the procurement
Provision of door to door (primarily) of small parcels to destinations globally.
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:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 2
II.2.1) Title
3PL Medium/Heavy Freight
II.2.2) Additional CPV code(s)
60411000
60421000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
Hanslope Park but may be on a global basis.
II.2.4) Description of the procurement
Door to Door (primarily) shipments by air but may be by all transport modes.
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:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 3
II.2.1) Title
Accompanied Freight (Small to Heavy)
II.2.2) Additional CPV code(s)
60220000
60411000
60421000
60620000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
Hanslope Park but may be globally.
II.2.4) Description of the procurement
Provision of freight services, primarily port to port on a global basis. All transport modes may be employed.
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:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
It will be a condition of contract that suppliers must have Regulated Agent status from the Department for Transport (or other national equivalent) at contract start and maintain such for the duration of the agreement.
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 15
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:
26/11/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
26/11/2018
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
FCO Services
Milton Keynes
MK19 7BH
UK
VI.5) Date of dispatch of this notice
05/10/2018