Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://fcdo.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fcdo.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fcdo.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of a Consultant to provide Project Management and Quantity Surveyor Services for a Major Compound Remodelling and Refurbishment Project, Tokyo, Japan
Reference number
Estates_10531_2023
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Foreign Commonwealth and Development Office (“FCDO”) is undertaking a Major Compound Remodel and Refurbishment Project at the British Embassy, Tokyo. This includes: remodeling and refurbishment of the Embassy office (the “New Building”) to provide a modern, fit for purpose and first class flexible working environment; refurbishment of the Residence to reflect its historical and political significance; and the remodeling and refurbishment of the Chancery Building as a hosting venue and conference centre for representational events.
The FCDO is tendering for the provision of Project Management and Quantity Surveyor Services for the delivery of a Major Compound Remodel and Refurbishment Project at the British Embassy, Tokyo, This Procurement Process is being run in accordance with the Open Procedure under Regulation 27 of the Public Contracts Regulation 2015.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
- 71540000 - Construction management services
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- JP - Japan
- UK - United Kingdom
two.2.4) Description of the procurement
The FCDO has disposed of excess land within the compound of the British Embassy, Tokyo, and intends to refurbish all elements of the remaining compound in a phased approach.
The project scope of works is:
• Remodel and refurbish the ‘New Building’ Embassy office building to accommodate all staff on the compound;
• Refurbish the Ambassador’s historic Residence;
• Accessibility and sustainability improvements throughout the compound
• Remodeling of the Chancery Building to become a hosting and conference centre.
• Refurbishment of guardhouses, garage block, plant rooms.
• Creation of new gym / sports facilities and staff clubhouse
• Works to ensure seismic compliance for the boundary wall, especially on the northern boundary of the site.
The indicative overall project budget is c£120m, including build costs, fit-out costs, professional fees, contingency and Optimism Bias.
The FCDO is tendering for a Supplier to deliver the following elements of the Project:
•Project Management and Cost Management services, including building contract production and administration, for the RIBA 4 to RIBA 7 stages.
The Successful Supplier must:
•Provide a suitably qualified and experienced security cleared Senior Project Manager (the lead PM). This PM will ideally be located in the UK and must have experience of NEC contracts. This PM could be Tokyo based which may provide an efficiency.
•Provide a Cost Management team that is both located in the UK and Tokyo. The UK element must have experience of the NEC contract and be lead Cost Manager.
•UK based individuals are to be security cleared.
•Tokyo/Japan based staff will be subject to local police checks.
•Have a presence in the Japanese market or be able to partner with a Japanese consultancy.
The initial appointment for the Consultant will be for Phase 1 of the Major Compound Remodelling and Refurbishment Project, Tokyo, Japan with a completion date of 31 July 2027. The FCDO reserve the right to appoint the Consultant to deliver services for Phase 2 and Phase 3 of the project and extend the contract term accordingly.
Please note that the Contract term allows for a 52 week defect period.
The estimated value of the service is £1.5m-£3m, including Phases 1-3.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 September 2024
End date
31 July 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial appointment for the Consultant will be for Phase 1 of the Major Compound Remodelling and Refurbishment Project, Tokyo, Japan with a completion date of 31 July 2027. The FCDO reserve the right to appoint the Consultant to deliver services for Phase 2 and Phase 3 of the project and extend the contract term accordingly.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-015256
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 July 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Important Information for all Potential Suppliers
In order to participate and gain access to the Invitation To Tender pack, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link.
URL: https://fcdo.bravosolution.co.uk/web/login.html
Once logged in, search for project reference project_1053 and itt_6445
If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration.
Registration takes approximately 5 minutes and is free of charge.
Two-Factor Authentication (2FA)
Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE.
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth & Development Office
Commercial Directorate, King Charles Street
London
SW1A 2AH
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
London
EC4M 8BU
Country
United Kingdom