Foreign and Commonwealth Office: FCO Estate Reform Project - Building Works

  Foreign and Commonwealth Office has published this notice through Delta eSourcing

Notice Summary
Title: FCO Estate Reform Project - Building Works
Notice type: Defence Contract Notice
Authority: Foreign and Commonwealth Office
Nature of contract: Works
Procedure: Restricted
Short Description: The Foreign & Commonwealth Office (FCO) UK Estate Reform Project seeks to consolidate two offices onto one site at King Charles Street (KCS) (GIA 57895 sqm). The project will involve eliminating single occupancy offices, increasing capacity by opening up areas on the 2nd and 3rd floor for open plan working and rationalizing small power, IT and Data distribution. The primary works are restricted on the 2nd and 3rd floors (GIA 19955 sqm) both in revised layouts and in re-providing the IT/power infrastructure. It has minimum works to lower floors (creating new meeting rooms and cosmetic re-decorations) and limited intervention elsewhere with the exception of the creation of new IT/power risers to both serve the 2nd and 3rd floors and to future proof the remainder of the building. Parts of the building will have mechanical ventilation and cooling introduced and all WCs and teapoints throughout the building will be refurbished. It should be noted that all personnel who are engaged in delivering the resultant contract might be required to obtain FCO Developed Vetting and/or Security Check security clearance from the FCO. The FCO is seeking expressions of interest from experienced main contractors. Expressions of interests received from Consortia (who may or may not be made up from SMEs) will be considered equally to main contractors, in accordance with the Pre-Qualification Questionnaire's (PQQ) selection criteria. The FCO encourages main contractors to use SME's in their supply chain. SMEs are welcome to attend the FCO's supplier day in order to meet main contractors. SUPPLIER DAY: A supplier day will be held in Whitehall, London on 15 July 2013. Please register your interest in attending this event by registering on our procurement portal (instructions below) and sending a message via the messaging system on the portal. Visitor numbers are restricted to two persons from each organisation. The deadline for registering interest in the supplier day is 17:00 Hours (BST) on Monday 8 July. The FCO will write to you during that week to confirm location, times and agenda. Notes and Q&A from the event will be sent to all suppliers who have registered an interest in the project, regardless of whether they have attended the supplier day. Instructions to register interest: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://fco.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Published: 21/06/2013 19:52

View Full Notice

UK-London: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Foreign and Commonwealth Office
      Corporate Procurement Group, Room 2/73 Old Admiralty Building, London, SW1A 2PA, United Kingdom
      Email: estate.reformproject@fco.gov.uk, URL: https://www.gov.uk/government/organisations/foreign-commonwealth-office, URL: https://www.gov.uk/government/organisations/foreign-commonwealth-office
      Contact: Becky Laurence
      Electronic Access URL: https://www.fco.bravosolution.co.uk/web/login.shtml
      Electronic Submission URL: https://www.fco.bravosolution.co.uk/web/login.shtml

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Applications must be sent to: As Above       
   
   I.2)Type of the contracting authority and main activity or activities:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities/entity:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: FCO Estate Reform Project - Building Works
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS         Execution


         Region Codes: UKI1 - Inner London         
      II.1.3)Framework agreements: Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Construction work. Building construction work. Refurbishment work. Buildings of particular historical or architectural interest. The Foreign & Commonwealth Office (FCO) UK Estate Reform Project seeks to consolidate two offices onto one site at King Charles Street (KCS) (GIA 57895 sqm). The project will involve eliminating single occupancy offices, increasing capacity by opening up areas on the 2nd and 3rd floor for open plan working and rationalizing small power, IT and Data distribution. The primary works are restricted on the 2nd and 3rd floors (GIA 19955 sqm) both in revised layouts and in re-providing the IT/power infrastructure. It has minimum works to lower floors (creating new meeting rooms and cosmetic re-decorations) and limited intervention elsewhere with the exception of the creation of new IT/power risers to both serve the 2nd and 3rd floors and to future proof the remainder of the building. Parts of the building will have mechanical ventilation and cooling introduced and all WCs and teapoints throughout the building will be refurbished.

It should be noted that all personnel who are engaged in delivering the resultant contract might be required to obtain FCO Developed Vetting and/or Security Check security clearance from the FCO.

The FCO is seeking expressions of interest from experienced main contractors. Expressions of interests received from Consortia (who may or may not be made up from SMEs) will be considered equally to main contractors, in accordance with the Pre-Qualification Questionnaire's (PQQ) selection criteria. The FCO encourages main contractors to use SME's in their supply chain. SMEs are welcome to attend the FCO's supplier day in order to meet main contractors.

SUPPLIER DAY: A supplier day will be held in Whitehall, London on 15 July 2013. Please register your interest in attending this event by registering on our procurement portal (instructions below) and sending a message via the messaging system on the portal. Visitor numbers are restricted to two persons from each organisation. The deadline for registering interest in the supplier day is 17:00 Hours (BST) on Monday 8 July. The FCO will write to you during that week to confirm location, times and agenda. Notes and Q&A from the event will be sent to all suppliers who have registered an interest in the project, regardless of whether they have attended the supplier day.

Instructions to register interest:
1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://fco.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         
         45210000 - Building construction work.
         
         45453100 - Refurbishment work.
         
         45212350 - Buildings of particular historical or architectural interest.
         

      II.1.7)Information about subcontracting:         
         The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
         The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.      
      II.1.8)Division into lots: No
      II.1.9)Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope (including all lots, renewals and options):
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 40,000,000 and 60,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Renewals: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 18 (from the award of the contract)


Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Guarantees in the form of performance bond and/or parent company guarantees may be required (details to be given in tender documentation).
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments shall be made in accordance with the terms contained within the invitation to tender documents. Applicants including any consortium members must hold appropriate insurances.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several Liability
      
      III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:      
      Tenderer's may be required to describe their supply chains in full as part of their tender return. Suppliers in the supply chain may require Security Check clearance. This will be detailed in the invitation to tender documentation.   
   III.1.5) Information about security clearance
      Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided   
      
   III.2)Conditions For Participation
      III.2.1)Economic and financial capacity:         
         Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
         The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the pre-qualification process.
         
         Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
         
         Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

         Information and formalities necessary for evaluating if the requirements are met:
            Please refer to the pre-qualification questionnaire for specific details - available at https://www.fco.bravosolution.co.uk.      
      III.2.2) Economic and financial standing:      
         Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
         (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
         
         Information and formalities necessary for evaluating if the requirements are met:
            Please refer to the pre-qualification questionnaire for specific details - available at https://www.fco.bravosolution.co.uk.      
      III.2.3) Technical and/or professional capacity:      
         Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
         
         (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;
         (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed;
         (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;
         (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
         (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
         (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures;
         (g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
         (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
         (i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years;
         (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
         (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
         (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
         (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
         (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);
         
         Information and formalities necessary for evaluating if the requirements are met:
            Please refer to the pre-qualification questionnaire for specific details - available at https://www.fco.bravosolution.co.uk.            
         Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
         Information and formalities necessary for evaluating if the requirements are met:
            Please refer to the pre-qualification questionnaire for specific details - available at https://www.fco.bravosolution.co.uk.            
         Minimum level(s) of standards possibly required: (if applicable)
            Please refer to the pre-qualification questionnaire for specific details - available at https://www.fco.bravosolution.co.uk.      
      III.2.4) Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 6
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Contract Ref. No. 02112      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/07/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Costs and Expenses
Potential Providers are responsible for their costs and expenses incurred in connection with the preparation and submission of the PQQ and all future stages of the selection and tender evaluation process. The Authority, or any of its advisers, does not accept any liability in respect of this PQQ or any supporting documentation or liability for any costs or expenses borne by the Potential Provider or any of their Sub-Contractors or advisers in this process.

Right to Cancel or Vary the Process
The Authority reserves the right to:
(a)   cancel the pre-qualification process and evaluation process at any stage;
(b)   amend the terms and conditions of the procurement process; and
(c)   not to award a contract as a result of the procurement process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=62816210
GO-2013621-PRO-4896733 TKR-2013621-PRO-4896732
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Foreign and Commonwealth Office
      United Kingdom

      VI.4.2)Procedures for appeal: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/06/2013

ANNEX A

View any Notice Addenda



Section I: Contracting Authority
   Title:
   I.1)Name, Addresses and Contact Point(s):
      Foreign and Commonwealth Office
      Corporate Procurement Group, Room 2/73 Old Admiralty Building, London, SW1A 2PA, United Kingdom
      Tel. +44 02070081405, Email: estate.reformproject@fco.gov.uk, URL: https://www.gov.uk/government/organisations/foreign-commonwealth-office, URL: https://www.gov.uk/government/organisations/foreign-commonwealth-office
      Contact: Becky Laurence
   I.2)Type of the contracting authority and main activity or activities:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      General Public Services

   I.4)Contract award on behalf of other contracting authorities/entities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: UK Estate Reform Project - Building Works      
      II.1.2)Type of contract and location of works:
         WORKS
Execution
         Region Codes: UKI1 - Inner London         
      II.1.3)The notice involves:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Construction work. Building construction work. Refurbishment work. Buildings of particular historical or architectural interest. The Foreign & Commonwealth Office (FCO) UK Estate Reform Project seeks to consolidate two offices onto one site at King Charles Street (KCS) (GIA 57895 sqm). The project will involve eliminating single occupancy offices, increasing capacity by opening up areas on the 2nd and 3rd floor for open plan working and rationalizing small power, IT and Data distribution. The primary works are restricted on the 2nd and 3rd floors (GIA 19955 sqm) both in revised layouts and in re-providing the IT/power infrastructure. It has minimum works to lower floors (creating new meeting rooms and cosmetic re-decorations) and limited intervention elsewhere with the exception of the creation of new IT/power risers to both serve the 2nd and 3rd floors and to future proof the remainder of the building. Parts of the building will have mechanical ventilation and cooling introduced and all WCs and teapoints throughout the building will be refurbished.
      II.1.5)Common procurement vocabulary:
         45000000 - Construction work.
         45210000 - Building construction work.
         45453100 - Refurbishment work.
         45212350 - Buildings of particular historical or architectural interest.

   
   II.2)Total Final Value Of Contract(s)
      II.2.1)Total final value of the contract(s)
         Value: 20,369,312.81
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Programme - 5
         Methodology - 25
         Capacity - 3
         Environmental - 2
         Project Risk Register - 5
         Priced Activity Schedule - 50
         Commercial Risk Register - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Contract Ref. No. 02112         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Notice on a buyer profile
         Notice number in OJ: 2013/S 123 - 210311 of 27/06/2013         
         
          Contract notice    
         Notice number in OJ: 2013/S 123 - 210311 of 27/06/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 02112

      V.1)Date of contract award decision: 17/02/2014      
      V.2)Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Mace Limited
         155 Moorgate, London, EC2M 6XB, United Kingdom
         Tel. +44 02035223000, URL: www.macegroup.com

      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 20,369,312.81
            Currency: GBP
            Excluding VAT: Yes
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known
         All or certain subcontracts will be awarded through a competitive procedure: No                            
Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=97249168
GO-2014520-PRO-5682313 TKR-2014520-PRO-5682312   
   VI.3.1)Body responsible for appeal procedures:
      Foreign and Commonwealth Office
      United Kingdom
   VI.3.2)Procedures for appeal: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 20/05/2014

View Award Notice