Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Foreign & Commonwealth Office
Postal address: King Charles Street
Town: London
Postal code: SW1A 2AH
Country: United Kingdom
Internet address(es):
General address of the contracting authority: http://www.gov.uk/fco
Electronic access to information: https://fco.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: https://fco.bravosolution.co.uk/
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityGeneral public services
Other: foreign affairs
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Africa Infrastructure Project Preparation Facility.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code UK UNITED KINGDOM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Secretary of State for Foreign and Commonwealth Affairs as represented by the Foreign and Commonwealth Office (FCO), acting as part of the Crown, invites tenders from suitably qualified providers to assist the FCO to scope the potential for an Africa Infrastructure Project Preparation Facility through a gap analysis and assessing the effectiveness of similar mechanisms in Africa and to map out a pipeline of Africa infrastructure projects that could make use of such a facility.
The first deliverable of the work package will be an Inception report refining the methodology proposed for the scoping report, a detailed work plan will need to be agreed with the Foreign and Commonwealth Office within 1 month of contract award.
II.1.6)Common procurement vocabulary (CPV)75211200 Foreign economic-aid-related services, 71311300 Infrastructure works consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 500 000 and 650 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Completion 31.3.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to require a Parent Company Guarantee and / or Contract Performance Bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Fixed price contract with payments made monthly in arrears. The Authority will settle correctly worded and adequately supported invoices within 30 days of receipt.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://fco.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box. 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: See Invitation to Tender (ITT).
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
See Invitation to Tender (ITT).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate1.8.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Commercial Director
Postal address: FCO, King Charles Street
Town: London
Postal code: SW1A 2AH
Country: United Kingdom
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:24.6.2016