FCO Worldwide Electrical Inspection and Testing Programme
The FCO Services’ seeks to procure a worldwide electrical inspection and testing services under a Framework Agreement.
United Kingdom-Milton Keynes: Electrical services
2019/S 120-294387
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Hanslope Park
Milton Keynes
MK19 7BH
United Kingdom
Telephone: +44 1908-515789
E-mail: Tender.Request@fco.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for Worldwide Electrical Inspection and Testing Programme
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The FCO Services’ seeks to procure a worldwide electrical inspection and testing services under a Framework Agreement. The service requirements will be divided into 5 mots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Electrical Inspection and Testing Services — Americas
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North America and South America.
II.2.4)Description of the procurement:
Provision of full electrical inspection and test of properties in North and South America. The inspection will include high priority/electrical safety remedial works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is the option to extend the framework for an additional 1 (one) year.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Inspection and Testing Services — Asia
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Asia.
II.2.4)Description of the procurement:
This lot is for the provision of full electrical inspection and test of all properties in the Asia region estate. The services will also include high priority/electrical safety remedial works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend the contract for an additional 1 (one) year.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Inspection and Testing Services — Europe
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Europe.
II.2.4)Description of the procurement:
This lot is for the provision of full electrical inspection and test of properties in Europe. The inspection will include high priority/electrical safety remedial works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend the contract for an additional 1 (one) year.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Inspection and Testing Services — Middle East and Africa
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Middle East and Africa.
II.2.4)Description of the procurement:
This lot is for the provision of full electrical inspection and test of properties in Middle East and Africa. The inspection will include high priority/electrical safety remedial works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend for an additional 1 (one) year.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Inspection and Testing Services — SAFE
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Fragile environment and close protection.
II.2.4)Description of the procurement:
This lot is for the provision of full electrical inspection and test of properties in fragile environment and close protection environments. The inspection will include high priority/electrical safety remedial works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend for an additional one year.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The contractor’s inspector must hold the following minimum City and Guilds qualifications.
If passed before 2012
(a) Level 3 award in electrical inspection and testing (2391);
If passed between 2012 and July 2017;
(b) Level 3 award in the initial verification and certification of electrical installations (2394-01); and
(c) Level 3 award in the periodic inspection, testing and certification of electrical installations (2395-01).
If passed after July 2017;
(d) as (b and c) above;
(e) or level 3 award in initial and periodic inspection and testing of electrical installations (2391-52).
Additionally, the contractor’s inspector must:
— be registered with the Electrotechnical Certification Scheme (ECS) and be able to present their ECS card on request. The qualifications as set out above shall be listed on the back of the ECS card,
— a be registered with an electrical ‘Competent Person Scheme Operator’ such as NICEIC, NAPIT or ELECSA,
— hold Joint Industry Board (JIB) membership with JIB Grade:
—— approved electrician, or
—— electrician, or
—— technician.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Milton Keynes
MK19 7BH
United Kingdom
Telephone: +44 1908-515789
E-mail: Tender.Request@fco.gov.ukInternet address: www.fcoservices.gov.uk
VI.5)Date of dispatch of this notice: