Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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 authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityOther activity: Ministry of Foreign Affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Technical Works Supervisors
Reference number: XLY411/001/18
II.1.2)Main CPV code71333000
II.1.3)Type of contractServices
II.1.4)Short description:
Supply and management of Technical Works Supervisors to be deployed to overseas posts.
II.1.5)Estimated total valueValue excluding VAT: 13 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)50711000
50712000
71311100
71315000
71333000
71334000
71530000
72224000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Provision of 40 x Technical Works Supervisors with a Mechanical and Engineering or Building and Civil background to be deployed overseas
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 9 999 999.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Subject to optional one(1) year extension
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
Top 5 highest scoring bidders
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
As stated in the procurement documents
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
As stated in the procurement documents
III.2.2)Contract performance conditions:
As stated in procurement documents
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/09/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 01/10/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The Contracting Authority intends to award a single contract for three (3) years with the option to extend for a further one (1) year.
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 anystage;
(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 SQ documentation promptly in order to give themselves sufficient time to provide a full and accurate response. The closing date for SQ responses is 17.9.2018. 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.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise 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.
There will be a mandatory 10 calendar day standstill period, in accordance with Regulation 32 of the Public Contracts Regulations, before the contract is concluded.
During this period you may bring formal legal proceedings in the event that you believe there has been a breach, by the Authority, of the Public Contract Regulations.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:16/08/2018