The Provision of Security Guarding Services to the British Embassy in Stockholm
• Foreign Commonwealth and Development Office
F02: Contract notice
Notice reference: 2023/S 000-032209
Published 31 October 2023, 5:26pm

Contents
one. Contracting authorityI. Contracting authorityPress escape key to exit
two. Object II. Object
three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information
four. ProcedureIV. Procedure
six. Complementary informationVI. Complementary information

If you want help with winning this tender, then take a look at our Bid Writing page.

Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Email

Telephone
+44 02070081467
Country
United Kingdom
NUTS code
UK – United Kingdom
Internet address(es)
Main address
www.gov.uk/fcdo
Buyer’s address
https://fcdo.bravosolution.co.uk/web/login.html
one.2) Information about joint procurementI.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) CommunicationI.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
one.4) Type of the contracting authorityI.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activityI.5) Main activity
General public services

Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
The Provision of Security Guarding Services to the British Embassy in Stockholm
Reference number
10192
two.1.2) Main CPV codeII.1.2) Main CPV code
• 79713000 – Guard services
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
The Provision of Security Guarding Services to the British Embassy in Stockholm
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UK – United Kingdom
Main site or place of performance
Stockholm, Sweden
two.2.4) Description of the procurementII.2.4) Description of the procurement
The provision of static, unarmed, security guarding services to the British Embassy in Stockholm. The Contract will have a duration of three (3) years. The contract may be extended by a further two years in yearly increments; therefore, the maximum duration of the contract will be five (5) years.
The initial contract period is anticipated to commence on 1 April 2024 and expire on 31 March 2027.
two.2.5) Award criteriaII.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 valueII.2.6) Estimated value
Value excluding VAT: 16,400,000 SEK
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by a further two years in yearly increments; therefore, the maximum duration of the contract will be five (5) years.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: No
two.2.13) Information about European Union FundsII.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 informationSection III. Legal, economic, financial and technical information
three.1) Conditions for participationIII.1) Conditions for participation
three.1.2) Economic and financial standingIII.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Restricted procedure
four.1.6) Information about electronic auctionIV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Contracting Authority reserves the right to use an electronic auction.
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate
Date
1 December 2023
Local time
11:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 December 2023
four.2.4) Languages in which tenders or requests to participate may be submittedIV.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 tenderIV.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)

Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflowsVI.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional informationVI.3) Additional information
Important Information for all Potential Suppliers
In order to participate and gain access to the Invitation To Tender pack, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link.
URL: https://fcdo.bravosolution.co.uk/web/login.html
Once logged in, search for project reference project_10192 and pqq_1509
If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration.
Registration takes approximately 5 minutes and is free of charge.
Two-Factor Authentication (2FA)
Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, 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 ONE.
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
FOREIGN, COMMONWEALTH & DEVELOPMENT OFFICE
King Charles Street
LONDON
SW1A 2AH
Country
United Kingdom
six.4.2) Body responsible for mediation proceduresVI.4.2) Body responsible for mediation procedures
Centre For Effective Dispute Resolution
London
EC4M 8BU
Country
United Kingdom
Internet address
www.cedr.com

Leave a Reply