Tender

Procurement of a Contractor to provide New Build Office and Refurbishment Works to the existing British High Commission in Maputo, Mozambique

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2023/S 000-036225

Procurement identifier (OCID): ocds-h6vhtk-03e474

Published 8 December 2023, 1:46pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

mollie.giuffrida@fcdo.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

Buyer's address

https://fcdo.bravsolution.co.uk/web/login.html

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://fcdo.bravsolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://fcdo.bravsolution.co.uk/web/login.html

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 Contractor to provide New Build Office and Refurbishment Works to the existing British High Commission in Maputo, Mozambique

Reference number

ESND-8742-2022

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 Contractor to provide New Build Office and Refurbishment Works to the existing British High Commission in Maputo, Mozambique 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: £5,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • MZ - Mozambique
Main site or place of performance

Maputo, Mozambique

two.2.4) Description of the procurement

The FCDO has a requirement to build a single-storey extension and remodel of the existing British High Commission in Maputo, Mozambique. This project aims to provide a modern, functional office for all FCDO operations in Maputo.

Key project objectives include:

1. Quality – Good workmanship to provide a good quality working environment; the finish construction should be free from defects and able to meet the operational needs of the department.

2. High standard of Health and Safety – The management of the works is to be in accordance with the UK CDM Regulations 2015.

3. Sustainability – Improve the compounds sustainability practice. Best practice for sustainability standards are to be implemented including reaching a BREEAM target of “Good”

4. Security – Security is to be maintained at all times during the construction works, whilst maintaining BHC Security operations.

The FCDO is seeking to appoint a Principal Contractor to deliver the Scope of Works comprising:

• Refurbishment of the BHC Main Building and Guardhouses

• Improvements to Gym Building

• External landscape improvements

• Construction of a new single storey extension building and connecting courtyard.

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: £5,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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


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: 2023/S 000-021180

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 January 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 April 2024

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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_8742 and pqq_1511

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 Offcice

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

Internet address

https://www.cedr.com/