Contract notice
Section I: Contracting
authority
I.1) Name and addresses
FCO Services
Hanslope Park
Milton Keynes
MK19 7BH
UK
Telephone: +44 1908-515789
E-mail: Tender.Request@fco.gov.uk
NUTS: UK
Internet address(es)
Main address: www.fcoservices.gov.uk
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
Framework for Worldwide Electrical Inspection and Testing Programme
II.1.2) Main CPV code
71314100
II.1.3) Type of contract
Services
II.1.4) Short description
The FCO Services’ seeks to procure a worldwide electrical inspection and testing services under a Framework Agreement. The service requirements will be divided into 5 mots.
II.1.5) Estimated total value
Value excluding VAT:
4 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Electrical Inspection and Testing Services — Americas
II.2.2) Additional CPV code(s)
71314100
71334000
II.2.3) Place of performance
NUTS code:
00
Main site or place of performance:
North America and South America.
II.2.4) Description of the procurement
Provision of full electrical inspection and test of properties in North and South America. The inspection will include high priority/electrical safety remedial works.
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:
839 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is the option to extend the framework for an additional 1 (one) year.
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:
No
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
Electrical Inspection and Testing Services — Asia
II.2.2) Additional CPV code(s)
71314100
71334000
II.2.3) Place of performance
NUTS code:
00
Main site or place of performance:
Asia.
II.2.4) Description of the procurement
This lot is for the provision of full electrical inspection and test of all properties in the Asia region estate. The services will also include high priority/electrical safety remedial works.
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:
705 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the contract for an additional 1 (one) year.
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:
No
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
Electrical Inspection and Testing Services — Europe
II.2.2) Additional CPV code(s)
71314100
71334000
II.2.3) Place of performance
NUTS code:
00
Main site or place of performance:
Europe.
II.2.4) Description of the procurement
This lot is for the provision of full electrical inspection and test of properties in Europe. The inspection will include high priority/electrical safety remedial works.
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:
904 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the contract for an additional 1 (one) year.
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:
No
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: 4
II.2.1) Title
Electrical Inspection and Testing Services — Middle East and Africa
II.2.2) Additional CPV code(s)
71314100
71334000
II.2.3) Place of performance
NUTS code:
00
Main site or place of performance:
Middle East and Africa.
II.2.4) Description of the procurement
This lot is for the provision of full electrical inspection and test of properties in Middle East and Africa. The inspection will include high priority/electrical safety remedial works.
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:
1 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for an additional 1 (one) year.
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:
No
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: 5
II.2.1) Title
Electrical Inspection and Testing Services — SAFE
II.2.2) Additional CPV code(s)
71314100
71334000
II.2.3) Place of performance
NUTS code:
00
Main site or place of performance:
Fragile environment and close protection.
II.2.4) Description of the procurement
This lot is for the provision of full electrical inspection and test of properties in fragile environment and close protection environments. The inspection will include high priority/electrical safety remedial works.
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:
800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for an additional one year.
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:
No
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:
The contractor’s inspector must hold the following minimum City and Guilds qualifications.
If passed before 2012
(a) Level 3 award in electrical inspection and testing (2391);
If passed between 2012 and July 2017;
(b) Level 3 award in the initial verification and certification of electrical installations (2394-01); and
(c) Level 3 award in the periodic inspection, testing and certification of electrical installations (2395-01).
If passed after July 2017;
(d) as (b and c) above;
(e) or level 3 award in initial and periodic inspection and testing of electrical installations (2391-52).
Additionally, the contractor’s inspector must:
— be registered with the Electrotechnical Certification Scheme (ECS) and be able to present their ECS card on request. The qualifications as set out above shall be listed on the back of the ECS card,
— a be registered with an electrical ‘Competent Person Scheme Operator’ such as NICEIC, NAPIT or ELECSA,
— hold Joint Industry Board (JIB) membership with JIB Grade:
—— approved electrician, or
—— electrician, or
—— technician.
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
22/07/2019
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/07/2019
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)
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
Telephone: +44 1908-515789
E-mail: Tender.Request@fco.gov.uk
Internet address(es)
URL: www.fcoservices.gov.uk
VI.5) Date of dispatch of this notice
21/06/2019