Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Secure Buildings Labour Resources DPS

  • First published: 02 October 2018
  • Last modified: 02 October 2018
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
FCO Services
Authority ID:
AA52408
Publication date:
02 October 2018
Deadline date:
02 October 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of clerk of Works and/or technical works supervisors with relevant construction discipline qualifications, for short term UK and internationals projects.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

FCO Services

Hanslope Park

Milton Keynes

MK19 7BH

UK

Telephone: +44 1908515182

E-mail: joanna.campbell@fco.gov.uk

NUTS: UK

Internet address(es)

Main address: www.fco.gov.uk

Address of the buyer profile: www.fcoservices.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://fco.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://fco.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://fco.bravosolution.co.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Ministry of Foreign Affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Secure Buildings Labour Resources DPS

Reference number: XLY363/040/18

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

1.1) This request to participate relates to FCO services’ procurement for a Secure Buildings Labour Resources DPS. As the Trading Fund of the Foreign and Commonwealth Office (FCO), FCO services seeks potential suppliers to provide appropriately qualified and security cleared resources to assist with construction, maintenance and general building services across customer sites over the coming years. Projects are both domestic and international and include a variety of planned projects and reactive works.

II.1.5) Estimated total value

Value excluding VAT: 18 000 000.00  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

Clerk of Works

II.2.2) Additional CPV code(s)

71521000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of clerk of Works and/or technical works supervisors with relevant construction discipline qualifications, for short term UK and internationals projects.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2028

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Multi-Task General Buiding Operatives

II.2.2) Additional CPV code(s)

45400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of multi-task building operatives and tradesmen to join the Authority teams to deliver various UK and international repair/refurbishment projects.

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: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2027

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Heating, Ventilation/Air Conditioning

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of heating, ventilation/air conditioning operatives and tradesmen to join the authority teams to deliver various UK and international repair/refurbishment projects.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2027

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 Engineer

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of electrical engineer, electrician and approved electricians join the authority teams to deliver various UK and international repair/refurbishment projects.

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: 1 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2027

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Technical Installer

II.2.2) Additional CPV code(s)

45314300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of technical installers ranging from cable infrastructure to wiring of racks and testing of electronic systems, to join the authority teams to deliver various UK and international repair/refurbishment projects.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2027

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 6

II.2.1) Title

Project Manager

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of project managers to join the authority teams to deliver various UK and international repair/refurbishment projects.

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: 8 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2018

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 7

II.2.1) Title

Ad-Hoc Construction/Estates related Artisans

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of any other tradesmen (not covered in other lots) to join the authority teams to deliver various UK and international repair/refurbishment projects.

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: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End: 31/10/2028

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

As stated in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As stated in the procurement documents.

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

Open 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.

Justification for any framework agreement duration exceeding 4 years: This is competition is a Request to Participate in DPS. It is intended that it will be open for 10 years.

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: 02/10/2028

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: 24 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/10/2028

Local time: 10:00

Information about authorised persons and opening procedure:

As this relates to the establishments of a DPS, responses can be made at any time until the date above. All responses will be opened, recorded and evaluated within 10 days of receipt.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Contracting Authority intends to admit multiple suppliers to this DPS for ten (10) years subject to successful review after eighteen (18) months.

The Contracting Authority intends to use an eTendering system in this procurement exercise.

The authority expressly reserves the rights:

(i) to cancel this procurement at any stage;

(ii) not to award any contract as a result of the procurement process commenced by publication of this notice and

(iii) to make whatever changes it may see fit to the content and structure of the tendering competition.

In no circumstances will the Authority be liable for any costs incurred by bidders.

It is the responsibility of applicants to ensure that they access the RTP documentation in order to provide a full and accurate response. Supplier may apply at anytime up to 2.10.2028. Applications not submitted in the required form (or containing the requested information) via the eTendering system will not be considered.

All communication shall be in English. Tenders, when invited, and all supporting documentation must be priced in sterling and all payments under the contract will be in sterling. Any contract or agreement resulting from the tender will be expressed as a contract made in England according to English law and subject to the exclusive jurisdiction of the English courts.

VI.4) Procedures for review

VI.4.1) Review body

FCO Services

Milton Keynes

UK

Internet address(es)

URL: www.fcoservices.gov.uk

VI.4.2) Body responsible for mediation procedures

FCO Services

Milton Keynes

UK

Internet address(es)

URL: www.fcoservices.gov.

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Unsuccessful tenderers will be notified by letter containing detailed results of the tender exercise and reasons will be provided as to why their tender was unsuccessful.

VI.4.4) Service from which information about the review procedure may be obtained

FCO Services

Milton Keynes

MK19 7BH

UK

Internet address(es)

URL: www.fcoservices.gov.

VI.5) Date of dispatch of this notice

27/09/2018

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
71541000 Construction project management services Construction management services
71521000 Construction-site supervision services Construction supervision services
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45314300 Installation of cable infrastructure Installation of telecommunications equipment
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
joanna.campbell@fco.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.