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
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