Tender Details
Title
United Kingdom-Milton Keynes: Repair and maintenance services Place of performance: United Kingdom Main nature of the contract: Services Official name: FCO Services Type of procedure: Open
Country
Language
English
Organization
Published Date
02.10.2018
Deadline Date
01.10.2028
Overview
427407-2018 - Competition I.1. Name and addresses Official name: FCO Services Postal address: Hanslope Park Town: Milton Keynes NUTS code: UK United Kingdom Postal code: MK19 7BH Country: United Kingdom E-mail: joanna.campbell@fco.gov.uk Telephone: +44 1908515182 Internet address(es): Main address: www.fco.gov.uk Address of the buyer profile: www.fcoservices.gov.uk I.5. Main activity Other activity: Ministry of Foreign Affairs II.1.1. Title Secure Buildings Labour Resources DPS Reference number: XLY363/040/18 II.1.2. Main CPV code 50000000 Repair and maintenance services II.1.3. Type of contract Services 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 II.2.1. Title Clerk of Works Lot No: 1 II.2.2. Additional CPV code(s) 71521000 Construction-site supervision services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Multi-Task General Buiding Operatives Lot No: 2 II.2.2. Additional CPV code(s) 45400000 Building completion work II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Heating, Ventilation/Air Conditioning Lot No: 3 II.2.2. Additional CPV code(s) 45331000 Heating, ventilation and air-conditioning installation work II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Electrical Engineer Lot No: 4 II.2.2. Additional CPV code(s) 71334000 Mechanical and electrical engineering services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Technical Installer Lot No: 5 II.2.2. Additional CPV code(s) 45314300 Installation of cable infrastructure II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Project Manager Lot No: 6 II.2.2. Additional CPV code(s) 71541000 Construction project management services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.1. Title Ad-Hoc Construction/Estates related Artisans Lot No: 7 II.2.2. Additional CPV code(s) 50000000 Repair and maintenance services II.2.3. Place of performance NUTS code: UK United Kingdom 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 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 English VI.5. Date of dispatch of this notice 27/09/2018 427407-2018 - Competition United Kingdom-Milton Keynes: Repair and maintenance services OJ S 189/2018 02/10/2018 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1. Name and addresses Official name: FCO Services Postal address: Hanslope Park Town: Milton Keynes NUTS code: UK United Kingdom Postal code: MK19 7BH Country: United Kingdom E-mail: joanna.campbell@fco.gov.uk Telephone: +44 1908515182 Internet address(es): Main address: www.fco.gov.uk Address of the buyer profile: www.fcoservices.gov.uk I.2. Information about 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 submitted electronically via: https://fco.bravosolution.co.uk Tenders or requests to participate must be submitted 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 activity: 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 Repair and maintenance services 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 II.2.1. Title Clerk of Works Lot No: 1 II.2.2. Additional CPV code(s) 71521000 Construction-site supervision services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Multi-Task General Buiding Operatives Lot No: 2 II.2.2. Additional CPV code(s) 45400000 Building completion work II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Heating, Ventilation/Air Conditioning Lot No: 3 II.2.2. Additional CPV code(s) 45331000 Heating, ventilation and air-conditioning installation work II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Electrical Engineer Lot No: 4 II.2.2. Additional CPV code(s) 71334000 Mechanical and electrical engineering services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Technical Installer Lot No: 5 II.2.2. Additional CPV code(s) 45314300 Installation of cable infrastructure II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Project Manager Lot No: 6 II.2.2. Additional CPV code(s) 71541000 Construction project management services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information II.2. Description II.2.1. Title Ad-Hoc Construction/Estates related Artisans Lot No: 7 II.2.2. Additional CPV code(s) 50000000 Repair and maintenance services II.2.3. Place of performance NUTS code: UK United Kingdom 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.2.10. 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 II.2.14. Additional information 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 Execution of the service is reserved to a particular professionReference 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 Framework agreement with several operatorsIn the case of framework agreements, provide justification for any 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 the 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.2.3. Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4. Languages in which tenders or requests to participate may be submitted English 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 Official name: FCO Services Town: Milton Keynes Country: United Kingdom Internet address: www.fcoservices.gov.uk VI.4.2. Body responsible for mediation procedures Official name: FCO Services Town: Milton Keynes Country: United Kingdom Internet address: 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 Official name: FCO Services Town: Milton Keynes Postal code: MK19 7BH Country: United Kingdom Internet address: www.fcoservices.gov. VI.5. Date of dispatch of this notice 27/09/2018 Czech document download: https://ted.europa.eu/cs/notice/427407-2018/pdf Danish document download: https://ted.europa.eu/da/notice/427407-2018/pdf German document download: https://ted.europa.eu/de/notice/427407-2018/pdf Greek document download: https://ted.europa.eu/el/notice/427407-2018/pdf Spanish document download: https://ted.europa.eu/es/notice/427407-2018/pdf English document download: https://ted.europa.eu/en/notice/427407-2018/pdf Estonian document download: https://ted.europa.eu/et/notice/427407-2018/pdf Finnish document download: https://ted.europa.eu/fi/notice/427407-2018/pdf French document download: https://ted.europa.eu/fr/notice/427407-2018/pdf Irish document download: https://ted.europa.eu/ga/notice/427407-2018/pdf Croatian document download: https://ted.europa.eu/hr/notice/427407-2018/pdf Hungarian document download: https://ted.europa.eu/hu/notice/427407-2018/pdf Italian document download: https://ted.europa.eu/it/notice/427407-2018/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/427407-2018/pdf Latvian document download: https://ted.europa.eu/lv/notice/427407-2018/pdf Maltese document download: https://ted.europa.eu/mt/notice/427407-2018/pdf Dutch document download: https://ted.europa.eu/nl/notice/427407-2018/pdf Polska document download: https://ted.europa.eu/pl/notice/427407-2018/pdf Portuguese document download: https://ted.europa.eu/pt/notice/427407-2018/pdf Romanian document download: https://ted.europa.eu/ro/notice/427407-2018/pdf Slovak document download: https://ted.europa.eu/sk/notice/427407-2018/pdf Slovenian document download: https://ted.europa.eu/sl/notice/427407-2018/pdf Swedish document download: https://ted.europa.eu/sv/notice/427407-2018/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/427407-2018/pdf
NAICS
Business All Other Professional Professional Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Ventilation Religious Financial Transactions Processing Securities Plumbing Other Professional Construction Turned Product and Screw Regulation International Courts Agriculture Plumbing Courts Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Ventilation Engineering Services Construction Professional Process Funds
CPVS
Tools Parts of structures Repair, maintenance and associated services related to aircraft and other equipment Profiles Ventilation and air-conditioning installation work System, storage and content management software package Mains Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Cable Repair, maintenance and associated services related to marine and other equipment Frames Racking Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Installation of cable infrastructure Office, school and office equipment cleaning services Records Heating works Construction work Supports Structures and parts Electricity, heating, solar and nuclear energy System, storage and content management software development services Forms Vats Repair, maintenance and associated services related to roads and other equipment Catalogues Other services Cable, wire and related products Goods used in construction Electrical, electromagnetic and mechanical treatment Repair, maintenance and associated services of vehicles and related equipment Architectural, construction, engineering and inspection services Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Cable TV Radio, television, communication, telecommunication and related equipment Postal orders Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Tool parts Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles Nuts Ventilation Awards Project management Case making services Financial Instruments, Products, Contracts and Agreements Securities Tent, for office use Suction pump, electrical
Regions
Europe Northern Europe
Sectors
Services Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert