Foreign and Commonwealth Office: The Provision of Security Guarding Services in Libya (Lot 1) and Security Services in Yemen (Lot 2)

  Foreign and Commonwealth Office has published this notice through Delta eSourcing

Notice Summary
Title: The Provision of Security Guarding Services in Libya (Lot 1) and Security Services in Yemen (Lot 2)
Notice type: Defence Contract Notice
Authority: Foreign and Commonwealth Office
Nature of contract: Services
Procedure: Restricted
Short Description: See Lot descriptions
Published: 06/08/2013 10:37

View Full Notice

UK-London: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Foreign and Commonwealth Office
      Corporate Procurement Group, London, SW1A 2PA, United Kingdom
      Tel. +44 2070080923, Email: john.valentine3@fco.gov.uk, URL: www.gov.uk/fco, URL: https://fco.bravosolution.co.uk (requires registration), navigate to Project 254 / PQQ 152
      Contact: John Valentine, Attn: John Valentine
      Electronic Access URL: see bravosolution link above
      Electronic Submission URL: see bravosolution link above

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Applications must be sent to: As Above       
   
   I.2)Type of the contracting authority and main activity or activities:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Foreign Policy

   I.4) Contract award on behalf of other contracting authorities/entity:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: The Provision of Security Guarding Services in Libya (Lot 1) and Security Services in Yemen (Lot 2)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 4
         
      II.1.3)Framework agreements: Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Security services. See Lot descriptions
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security services.
         

      II.1.7)Information about subcontracting:         
         The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
         The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
         The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC.            
         The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified.      
      II.1.8)Division into lots: Yes          
         Tenders may be submitted for: One or more lots

      II.1.9)Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope (including all lots, renewals and options):
      Lot 1 - The Provision of Static and Mobile Security for the British Embassy in Libya.
Lot 2 - The Provision of Operations and Security Managers at the British Embassy in Yemen.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Renewals: Yes
                  
         Number of possible renewals: 2
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 24
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: The Provision of Security Guarding Services at the British Embasy Tripoli, Libya.

      1)Short Description:      
      The Foreign & Commonwealth Office (FCO) is seeking expressions of interest from experienced private security contractors, for the provision of security guarding services (static and mobile) at the British Embassy in Libya. The requirement is to provide sufficient numbers of expatriate mobile and local national static guards, with relevant training, experience and security clearance, to control access to British Embassy Tripoli, British Embassy residential compound and other sites in Libya and to provide mobile security to our personnel when travelling in Libya. The requirement will also include the provision of supporting operations, control rooms and communications services and additional security–related tasks, as specified by the Authority at the Post.

      2)Common Procurement Vocabulary:
         79710000 - Security services.
         
      3)Quantity Or Scope:      
      The Services are limited to Libya only               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            36 months + 24 months extension option      
      Lot No: 2
      Title: The Provision of Security Services at the British Embassy Sana'a, Yemen

      1)Short Description:      
      The requirement at the British Embassy Sanaa will be to provide four expatriate Shift Supervisors to oversee a locally provided security service, with an option only also for two Operations Managers.

      2)Common Procurement Vocabulary:
         79710000 - Security services.
         
      3)Quantity Or Scope:      
      The Services are limited to Yemen only               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 36
                                          
                  
         5)Additional Information About Lots:         
            36 months + 24 months extension option         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:      
      It should be noted that all personnel who are engaged in delivering the resultant contract may be required to obtain Developed Vetting/Security Check Security clearance from the FCO. A minimum requirement for clearance is a 2 year footprint in the UK. This may also be required by your supply chain. The FCO will aim to provide sufficient time for staff to achieve the required clearance. Contractor staff who fail to meet clearance levels will not allowed to work on the contract and must be replaced at the Contractor’s expense.   
   III.1.5) Information about security clearance
      Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided   
      
   III.2)Conditions For Participation
      III.2.1)Economic and financial capacity:         
         Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
         The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the pre-qualification process.
         
         Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
         
         Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

         Information and formalities necessary for evaluating if the requirements are met:
            Suppliers Instructions on How to Express an Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://fco.bravosolution.co.uk/ and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk      
      III.2.2) Economic and financial standing:      
         Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
         (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
      
      III.2.3) Technical and/or professional capacity:      
         Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
         
         (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;
         (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed;
         (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;
         (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
         (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
         (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures;
         (g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
         (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
         (i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years;
         (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
         (k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs;
         (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
         (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
         (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
         (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);
      
      III.2.4) Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Execution of service is reserved to particular profession: No       
      III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPG01713      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 22/08/2013         Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 05/09/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Reference I.4 - The contracting authority is also seeking to purchase services under this contract on behalf of certain other UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Executive Agencies, Arms Lengths Bodies and NDPB's
http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-277291

See https://fco.bravosolution.co.uk (requires registration), navigate to Project 254 / PQQ 152
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=68699748
GO-201386-PRO-5014093 TKR-201386-PRO-5014092
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Foreign and Commonwealth Office
      United Kingdom
      Tel. +44 2070080923, Email: John.Valentine3@fco.gov.uk, URL: www.gov.uk/fco

      VI.4.2)Procedures for appeal: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 06/08/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Department for International Development
      Abercrombie House, Eaglesham Road, East Kilbride, G75 8EA, United Kingdom

View any Notice Addenda

View Award Notice