Published date: 19 September 2019
This notice was replaced on 2 November 2020
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 2 November 2020)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Building and facilities management services - 79993000
Location of contract
Any region
Value of contract
£0
Procurement reference
tender_217494/798449
Published date
19 September 2019
Closing date
21 October 2019
Contract start date
1 August 2020
Contract end date
31 July 2030
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
The provision and delivery of the services to specified sites to include (but not limited to):
Managed Services
Help desk; performance management & reporting - management information system; electronic document management for the FM service; financial management & administration; procurement & supply chain management; quality, health and safety, environment & sustainability compliance; disaster recovery & contingency planning; landlord liaison; and space management.
Estates Management Services
Portfolio administration; day-to-day property management.
Residential Property Management Services
Staff residential property management; residential property maintenance.
Hard FM Services
Building engineering services; building fabric services; specialist maintenance for security assets; grounds maintenance.
Soft FM Services
Cleaning services; room booking services; pest control services; mail and porterage; office support services; cleaning and laundry; security services.
Workplace Services
Workplace experience services; workplace utilisation services.
Project Related Services
Small/minor projects direct (self) delivery by supplier; medium and large projects procurement and project management; programme management; design and professional building consultancy services.
Professional Property and Estates Management Services
Valuations; acquisitions; disposals; asset plans; lease administration; portfolio strategy
More information
Previous notice about this procurement
- Early engagement
- Published 11 September 2019, last edited 11 September 2019
Attachments
-
- ONE HMG OVERSEAS PLATFORM.docx
- Tender notice
- n/a
Additional text
-
A Parent Company Guarantee (or similar guarantee) will be required. Full details will be set out in the Selection Questionnaire and the Invitation to Tender.
Payments will be made monthly in arrears after certification by the FCO of satisfactory service delivery.
A Selection Questionnaire (SQ) will be made available to all prospective Tenderers with the release of this OJEU notice. Those wishing to participate in this procurement must follow the procedure outlined in the attached Procurement Document. Tenderers should note that their completed SQs must be returned by 17:00 on 21st October 2019. The FCO envisages the appointment to the DPS of all Tenderers who meet the selection criteria, at this stage or during the lifetime of the DPS. The FCO envisages the award of Work Package One (and therefore provision of all services outlined in Section II.2.1 in the Asia Pacific region) to one DPS supplier. Tenderers are not required to have capabilities specifically in the Asia Pacific region to gain a place on the DPS.
While the FCO will review the financial standing of all Tenderers at the SQ stage, the FCO reserves the right to exclude any Tenderer from bidding for future contracts awarded through the DPS in the event that they subsequently fail to maintain the criteria relating to financial standing set out in the SQ.
If a group of suppliers wish to pre-qualify as a Joint Venture (JV) or create a Special Purpose Vehicle (SPV) to deliver the services, the proposed financial structure of the JV or SPV must be provided together with the financial details set out in the SQ for each of the parent companies.
The project is assessed to be unclassified but supplier's staff will be required to have security clearance. Staff should either have existing security clearance or be prepared to undergo UK Government clearance.
The Asia Pacific Contract duration will be 5 years with an option for up to 2 additional 12 month periods. The option to extend shall follow the same parameters established for the initial contract period, unless provisions, which are intended to change, are identified at tender stage. The FCO reserves to itself the right to exercise formal options for the extension of the Contract to include more of its properties in overseas locations and buildings.
The DPS is expected to have an initial duration of 10 years, with the option to extend at the authority's discretion.
The FCO reserves the right to abandon the procurement process and not award any contract; and/or to make whatever changes it sees fit to the procurement process.
The final contract shall be subject to English Law and the exclusive jurisdiction of the English courts.
Documentation is available from the FCO e-procurement portal, JAGGAER (https://fco.bravosolution.co.uk/web/login.html).
Registration is required and free of chargand takes approximately 10 minutes. Once registered, follow the on-screen instructions and navigate to project_3220 pqq_832 for full access
Share this notice