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