Tender

FCDO Services ITT for the Provision of a Technology & Operations' Managed Service Provision (2 Lots)

FCDO SERVICES

This public procurement record has 1 release in its history.

Tender

21 Dec 2022 at 15:53

Summary of the contracting process

The FCDO Services are seeking to form a partnership for Technology & Operations managed service provision through a tender titled "FCDO Services ITT for the Provision of a Technology & Operations’ Managed Service Provision (2 Lots)" under the services category. This procurement opportunity involves two lots covering technology & architecture services as well as programme & project management services. The contract period for both lots ranges from 2023 to 2026 with a potential extension of up to four years. The submission deadline for this tender is set for 3rd February 2023.

This tender by FCDO Services presents an opportunity for businesses specialising in technical analysis, consultancy, project management, and technology solutions. Companies with expertise in enterprise architecture, software development, IT operations, and project management are well-suited to compete for this contract. The procurement process is currently in the active stage, with the deadline for submissions approaching in early February 2023, providing a chance for qualified businesses to engage with FCDO Services and contribute to their digital and technical programmes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

FCDO Services ITT for the Provision of a Technology & Operations' Managed Service Provision (2 Lots)

Notice Description

FCDO Services are looking to form a partnership on a range of digital and technical programmes as part of the FCDO Services portfolio of work. The chosen supplier will need to provide expertise and specialism to support delivery and enhance capability covering the IT Operations and Technical skillsets within Digital, Data and Technology roles (DDaT). The following services are within the scope of this Framework: * Lot 1 - Technology & Operations' Technology & Architecture Service Provision * Lot 2 -Technology & Operations' Programme & Project Service Provision

Lot Information

* Lot 1 - Technology & Operations' Technology & Architecture Service Provision

Lot 1 will be awarded to a Single Supplier for the provision of Technical & Architecture services to the Authority. The supplier will work alongside our in-house teams supporting the following (but not limited to); * Business Architecture, Data Architecture, Application Architecture, Technology Architecture (BDAT), and Security Architecture aligned to the TOGAF and Zachman Framework. Enterprise Architect, Solutions Architect, Data Architect, Security Architect, and Technical Author are examples of roles (please refer to Annex 1 for a full list of capabilities) * Provide tactical and strategic engineering support to cover BAU and project delivery for software development, as well as technical support ranging from 1st to 4th line support. Service Desk Analysts, Server and Storage Engineer, Network Engineer, Database Engineer, and Desktop and Field Engineers. * Provide Quality Assurance and Test Practice - Functional testing, Non-functional testing, technical breadth, and Test analysis.

Renewal: * The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date ("The Initial Framework Period"). * The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date

Lot 2 - Technology & Operations' Programme & Project Service Provision

Lot 2 will be awarded to a Single Supplier for the provision of Programme and Project Management and Project Support. The supplier will work alongside our in-house Delivery teams supporting the following (but not limited to); * Provide Agile Project and Programme support for projects in progress or in scope for completion. Project Manager, Programme Manager, and a Project Management Office are the roles.

Renewal: * The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date ("The Initial Framework Period"). * The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03936f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036251-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

71621000 - Technical analysis or consultancy services

72224000 - Project management consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
£20,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Dec 20223 years ago
Submission Deadline
3 Feb 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Apr 2024 - 23 Apr 2025 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FCDO SERVICES
Contact Name
Not specified
Contact Email
adrian.draperoatley@fco.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MILTON KEYNES
Postcode
MK19 7BH
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ12 Milton Keynes
Delivery Location
Not specified

Local Authority
Milton Keynes
Electoral Ward
Newport Pagnell North & Hanslope
Westminster Constituency
Milton Keynes North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03936f-2022-12-21T15:53:39Z",
    "date": "2022-12-21T15:53:39Z",
    "ocid": "ocds-h6vhtk-03936f",
    "initiationType": "tender",
    "tender": {
        "id": "XY120/161/22AD",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "FCDO Services ITT for the Provision of a Technology & Operations' Managed Service Provision (2 Lots)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71621000",
            "description": "Technical analysis or consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "FCDO Services are looking to form a partnership on a range of digital and technical programmes as part of the FCDO Services portfolio of work. The chosen supplier will need to provide expertise and specialism to support delivery and enhance capability covering the IT Operations and Technical skillsets within Digital, Data and Technology roles (DDaT). The following services are within the scope of this Framework: * Lot 1 - Technology & Operations' Technology & Architecture Service Provision * Lot 2 -Technology & Operations' Programme & Project Service Provision",
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "* Lot 1 - Technology & Operations' Technology & Architecture Service Provision",
                "description": "Lot 1 will be awarded to a Single Supplier for the provision of Technical & Architecture services to the Authority. The supplier will work alongside our in-house teams supporting the following (but not limited to); * Business Architecture, Data Architecture, Application Architecture, Technology Architecture (BDAT), and Security Architecture aligned to the TOGAF and Zachman Framework. Enterprise Architect, Solutions Architect, Data Architect, Security Architect, and Technical Author are examples of roles (please refer to Annex 1 for a full list of capabilities) * Provide tactical and strategic engineering support to cover BAU and project delivery for software development, as well as technical support ranging from 1st to 4th line support. Service Desk Analysts, Server and Storage Engineer, Network Engineer, Database Engineer, and Desktop and Field Engineers. * Provide Quality Assurance and Test Practice - Functional testing, Non-functional testing, technical breadth, and Test analysis.",
                "value": {
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-04-24T00:00:00+01:00",
                    "endDate": "2026-04-23T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "* The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (\"The Initial Framework Period\"). * The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "Lot 2",
                "title": "Lot 2 - Technology & Operations' Programme & Project Service Provision",
                "description": "Lot 2 will be awarded to a Single Supplier for the provision of Programme and Project Management and Project Support. The supplier will work alongside our in-house Delivery teams supporting the following (but not limited to); * Provide Agile Project and Programme support for projects in progress or in scope for completion. Project Manager, Programme Manager, and a Project Management Office are the roles.",
                "value": {
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2024-04-24T00:00:00+01:00",
                    "endDate": "2025-04-23T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "* The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (\"The Initial Framework Period\"). * The Framework may be extended on the same terms and conditions at the Authority discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 2"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "communication": {
            "atypicalToolUrl": "https://fcdo.bravosolution.co.uk"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2023-02-03T13:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-02-03T13:00:00Z"
        },
        "bidOpening": {
            "date": "2023-02-03T13:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-5899",
            "name": "FCDO Services",
            "identifier": {
                "legalName": "FCDO Services"
            },
            "address": {
                "streetAddress": "Hanslope Park",
                "locality": "Milton Keynes",
                "region": "UK",
                "postalCode": "MK19 7BH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "adrian.draperoatley@fco.gov.uk",
                "url": "https://fcdo.bravosolution.co.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://fcdo.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-11819",
            "name": "FCDO Services",
            "identifier": {
                "legalName": "FCDO Services"
            },
            "address": {
                "locality": "Milton Keynes",
                "postalCode": "MK19 7BH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5899",
        "name": "FCDO Services"
    },
    "language": "en"
}