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 Compound Refurbishment & Redevelopment Works for the British Embassy, Tokyo
Reference number
ESND-9266-2023
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Foreign, Commonwealth and Development Office (FCDO) issues this Selection Questionnaire (“SQ”) for the Procurement of a Main Contractor to provide Compound Refurbishment & Redevelopment Works for the British Embassy, Tokyo in accordance with the UK Public Contract Regulations 2015 as amended by the Public Procurement (EU Exit) Regulations 2020. This Procurement Process is being run in accordance with the Restricted Procedure under Regulation 28 of the Public Contracts Regulation 2015.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- JP - Japan
Main site or place of performance
Tokyo, Japan
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 FCDO is seeking to procure a suitably qualified and experienced Main Contractor to deliver Phase 1; design and build contract for the refurbishment and remodelling of the British Embassy in Tokyo.
The project Scope of works for Phase 1 is:
• Remodel and refurbish the ‘New Building’ (Block B) Embassy office building to accommodate all staff on the compound. This includes (but is not limited to) replacement of mechanical and electrical systems, building fabric upgrades and internal office fit out;
• Accessibility and sustainability improvements throughout Phase 1;
• Refurbishment of guardhouses (Block A), garage block and associated plant rooms (Block E). This includes (but is not limited to) replacement of mechanical and electrical systems, security systems, building fabric upgrades and internal fit out;
• Complete structural works to ensure seismic compliance to the boundary walls (Block G);
• Complete associated landscaping;
• Design, Install, test and commission baseline site wide utilities infrastructure in Phase 1. This includes (but is not limited to) provision of a new HV substation with LV transformers, generators, and associated fuel tank, with onward connectivity to the remaining Embassy site;
• Completion of surveys to inform the Phase 2 and 3 design; and
• Develop the RIBA Stage 3 design and complete the RIBA Stage 4/Japanese equivalent design.
• Supply, install, test and commission all construction, mechanical and electrical works and hand them over to the existing onsite maintenance supplier at the end of the project in accordance with the Scope;
The estimated value of the works is in the region of £20-£30m.
The Form of contract will be the NEC4 Engineering and Construction Contract (ECC), Option A, as amended.
The deadline for Selection Questionnaires response is 11/10/2024 12:00 UK Time.
The anticipated ITT publication date will be the end of November 2025 with an award date of June 2025, please note at this stage these dates are subject to change.
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: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Restricted 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 000-026897
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 November 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Important Information for all Potential Tenderers
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_9266 and pqq_1716
If a potential tenderer 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 tenderer 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 and Development Office
Commercial Directorate, King Charles Street
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Foreign, Commonwealth and Development Office
Commercial Directorate, King Charles Street
London
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office