Tender

Provision of Security Services at Umoja House, British High Commission Staff Residences, Dar es Salaam and the BHC Office, Dodoma, Tanzania

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

24 Apr 2026 at 11:28

Summary of the contracting process

The Foreign, Commonwealth and Development Office is seeking security services for the British High Commission Staff Residences in Dar es Salaam and the BHC Office in Dodoma, Tanzania. This procurement, valued at approximately £1,053,491 GBP, falls under the industry category of security services. The procurement is currently in the tender stage with the deadline for submissions set for 28 May 2026 at 13:00 BST. Potential suppliers who have been shortlisted from Stage 1 of the competitive flexible procedure are invited to submit a tender that includes both technical and commercial responses. This procurement is governed by the Procurement Act 2023 and involves an award phase where submissions will be evaluated to identify the Most Advantageous Tender. The contracted services will commence on 1 November 2026 and are expected to continue for three years, with an option to renew based on satisfactory performance.

This tender presents significant business growth opportunities for firms specialising in security services with the capacity to operate internationally. Suppliers with a robust service delivery proposal, value for money solutions, and compliance with the technical and commercial evaluation criteria are well-positioned to compete. Additionally, businesses experienced in providing services under similar contracts and capable of delivering consistent quality over an extended period are encouraged to compete. The competitive flexible procedure ensures fairness and transparency, offering the chance for shortlisted suppliers to showcase their capabilities and possibly secure a contractual opportunity with a major governmental department.

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

Notice Title

Provision of Security Services at Umoja House, British High Commission Staff Residences, Dar es Salaam and the BHC Office, Dodoma, Tanzania

Notice Description

This procurement covers the provision of security services at Umoja House, the British High Commission (BHC) Staff Residences in Dar es Salaam, and the BHC Office in Dodoma, Tanzania. The services will be required for a period of 3 years with an option to renew for 12 + 12 months subject to satisfactory performance of the service provider.

Lot Information

Lot 1

Options: Option to renew for 12 + 12 months subject to satisfactory performance of the service provider.

Renewal: Subject to satisfactory performance of the service provider.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068aa6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037559-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

Notice Value(s)

Tender Value
£1,053,491 £1M-£10M
Lots Value
£1,053,491 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Apr 2026Today
Submission Deadline
28 May 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2026 - 31 Oct 2029 3-4 years
Recurrence
2030-11-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-068aa6-2026-04-24T12:28:49+01:00",
    "date": "2026-04-24T12:28:49+01:00",
    "ocid": "ocds-h6vhtk-068aa6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRR-8771-PHVX",
            "name": "Foreign, Commonwealth and Development Office",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRR-8771-PHVX"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "commercial.smi@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRR-8771-PHVX",
        "name": "Foreign, Commonwealth and Development Office"
    },
    "planning": {
        "noEngagementNoticeRationale": "Preliminary market engagement was undertaken prior to the publication of the Tender Notice through the issue of a Selection Questionnaire (SQ) to potential suppliers. The SQ was used as a structured market engagement tool to test supplier capability, capacity, and market appetite for the requirement. This engagement enabled the Authority to inform potential suppliers of the proposed requirement; assess market capability and readiness; refine the procurement approach; and identify and shortlist suitably qualified suppliers in a fair and transparent manner. Given that effective market engagement was carried out through the SQ process, the Authority determined that the publication of a separate Preliminary Market Engagement Notice was not necessary or proportionate."
    },
    "tender": {
        "id": "CPG/13428/2025",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Security Services at Umoja House, British High Commission Staff Residences, Dar es Salaam and the BHC Office, Dodoma, Tanzania",
        "description": "This procurement covers the provision of security services at Umoja House, the British High Commission (BHC) Staff Residences in Dar es Salaam, and the BHC Office in Dodoma, Tanzania. The services will be required for a period of 3 years with an option to renew for 12 + 12 months subject to satisfactory performance of the service provider.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "TZ",
                        "country": "TZ",
                        "countryName": "Tanzania"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1284745,
            "amount": 1053491,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This Invitation to Tender (ITT) constitutes Stage 2 of a Competitive Flexible Procedure conducted under the Procurement Act 2023. Participation in this stage is by invitation only and is restricted to suppliers who have been shortlisted following completion of Stage 1. Stage 2 represents the award stage of the procurement and is intended to enable the Authority to identify the Most Advantageous Tender (MAT). Step 1: Issue of ITT and Submission of Tenders The Authority issues this Stage 2 ITT simultaneously to all shortlisted suppliers. Suppliers are required to submit a single, complete Stage 2 Tender, comprising: * A Technical Response, addressing all published technical evaluation criteria; and * A Commercial Response, including fully completed pricing schedules. The Stage 2 Tender represents the supplier's full response to the Authority's requirements. Step 2: Evaluation of Stage 2 Tenders Stage 2 Tenders will be evaluated against the published award criteria and weightings using the Most Advantageous Tender (MAT) methodology. Evaluation will focus on: * The quality and robustness of the proposed service delivery solution; * Compliance with the Statement of Service Requirement; and * Value for money, based on the submitted commercial pricing. Step 3 (Optional): Clarifications Following evaluation, the Authority may seek written clarifications from suppliers where necessary to: * Clarify ambiguities or omissions; or * Confirm understanding of information submitted. Clarifications will: * Not permit any material changes to the tender; * Not allow suppliers to improve or revise their offers; and * Be conducted in a manner that ensures equal treatment of all suppliers. The Authority is not obliged to seek clarifications and may proceed directly to award where it considers this appropriate. Step 4: Final Evaluation and Moderation Following completion of evaluation and any clarifications, the Authority will: * Finalise scores; * Undertake moderation in accordance with internal governance requirements; and * Identify the supplier submitting the Most Advantageous Tender. Step 5: Award Process The Authority will: * Issue assessment summaries to all Stage 2 bidders; * Apply a mandatory standstill period of eight (8) working days; and * Proceed to contract award following completion of the standstill period. Right to Award Without Further Dialogue or Negotiation The Authority reserves the right to conclude the procurement and proceed directly to contract award following evaluation of Stage 2 Tenders, without conducting dialogue, negotiation, refinement of award criteria, or additional tendering rounds, where it considers this appropriate. General Principles Throughout Stage 2, the Authority will ensure that the process is conducted in a manner that is: * Fair, transparent and proportionate; * Fully compliant with the Procurement Act 2023; and * Supported by a clear and auditable evaluation record."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://fco.bravosolution.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-28T13:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-15T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1284745,
                    "amount": 1053491,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial Evaluation",
                            "description": "Commercial evaluation will assess the overall value for money of each tender based on the completed pricing schedules. The assessment will consider: Total contract cost over the contract term; Accuracy and completeness of pricing submissions; and Alignment between pricing, staffing levels and the proposed technical solution. The Commercial Score will be calculated using a comparative pricing methodology, with the lowest priced compliant tender receiving the maximum score and other tenders scored proportionately. See Volume 3 - Schedule of Prices & Rates Structure for the FCDO. * Failure to provide a pricing submission in the format requested may invalidate your tender proposal. Where a tender appears to be abnormally low, the Authority reserves the right to seek clarification. Failure to satisfactorily explain pricing may result in exclusion from the competition.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Evaluation",
                            "description": "Technical evaluation will assess the extent to which each tender demonstrates a robust, deliverable and high-quality solution that meets the Authority's requirements for the provision of security guarding services.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-11-01T00:00:00+00:00",
                    "endDate": "2029-10-31T23:59:59+00:00",
                    "maxExtentDate": "2031-10-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Subject to satisfactory performance of the service provider."
                },
                "hasOptions": true,
                "options": {
                    "description": "Option to renew for 12 + 12 months subject to satisfactory performance of the service provider."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The procurement documents for this Stage-2 Invitation to Tender will be made available electronically via the FCDO e-Sourcing portal (Jaggaer / BravoSolution). Access to the documents is restricted to shortlisted suppliers only. Eligible suppliers will receive a formal invitation through the Jaggaer portal and will be able to access and download all tender documents by logging into their supplier account for this procurement project. All procurement documents, including the Invitation to Tender, Statement of Service Requirement, pricing templates, evaluation criteria and any supporting information, will be issued and managed exclusively through the Jaggaer portal. All clarification questions, responses, notices, amendments and communications relating to this procurement must be submitted and will be issued via the Jaggaer Messages functionality. No documents will be issued by email or any other means, and no hard-copy documents will be provided."
            },
            {
                "id": "037559-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037559-2026",
                "datePublished": "2026-04-24T12:28:49+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-11-01T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}