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

Framework for Worldwide Fire Inspection Survey, Management and Advisory Service

  • First published: 03 September 2019
  • Last modified: 03 September 2019
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
FCO Services
Authority ID:
AA52408
Publication date:
03 September 2019
Deadline date:
30 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is for the provision of fire inspection survey, management and advisory services in North and South America.

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 1908515789

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 Fire Inspection Survey, Management and Advisory Service

Reference number: XLY120/050/19

II.1.2) Main CPV code

71631300

 

II.1.3) Type of contract

Services

II.1.4) Short description

The FCO Services’ seeks to procure a worldwide fire inspection survey, management and advisory service under a single supplier framework agreement. The service requirements will be divided into 5 lots.

II.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1-5.

II.2) Description

Lot No: 1

II.2.1) Title

Fire Inspection Survey, Management and Advisory Service — Americas

II.2.2) Additional CPV code(s)

71315400

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

This lot is for the provision of fire inspection survey, management and advisory services in North and South America.

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: 300 000.00  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

Fire Inspection Survey, Management and Advisory Service — Asia Pacific

II.2.2) Additional CPV code(s)

71315400

II.2.3) Place of performance

NUTS code:

00


Main site or place of performance:

Asia Pacific region.

II.2.4) Description of the procurement

This lot is for the provision of fire inspection survey management and advisory service in Asia Pacific.

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: 250 000.00  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 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: 3

II.2.1) Title

Fire Inspection Survey, Management and Advisory Service - Europe

II.2.2) Additional CPV code(s)

71315400

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 fire inspection survey, management and advisory service in Europe.

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: 150 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: 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.2.13) 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

Fire Inspection Survey, Management and Advisory Service — Middle East and Africa

II.2.2) Additional CPV code(s)

71315400

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 fire inspection survey, management and advisory service in Middle East and Africa.

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: 150 000.00  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 this 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: 5

II.2.1) Title

Fire Inspection Survey, Management and Advisory Service — SAFE and SAFE+

II.2.2) Additional CPV code(s)

71315400

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 fire inspection survey, management and advisory service in fragile and close protection environment.

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: 150 000.00  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 this 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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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 a single operator.

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: 30/09/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/10/2019

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

30/08/2019

Coding

Commodity categories

ID Title Parent category
71315400 Building-inspection services Building services
71631300 Technical building-inspection services Technical inspection 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:
Tender.Request@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.