Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Hammersmith and Fulham
London
W6 9JU
UK
E-mail: procurement@lbhf.gov.uk
NUTS: UKI33
Internet address(es)
Main address: www.lbhf.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Responsive Capital Work
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
London Borough of Hammersmith and Fulham is looking for a borough wide contractor to undertake various remedial works together with a wide range of general ad-hoc construction work including some complex high value voids.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45210000
45211000
45220000
45260000
45300000
45343000
45343100
45343200
45343230
45400000
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Hammersmith and Fulham Borough.
II.2.4) Description of the procurement
London Borough of Hammersmith and Fulham is looking for a pan borough contractor to undertake various remedial works together with a wide range of general ad-hoc construction work including some complex high value voids. The contract will be for a period of 5 years with an option to extend by a period or periods to make a maximum period of 7 years. Typical work types might be (without limitation, for remedial fire works: fire doors, firefighting equipment including risers, sprinklers, fire detection systems) evacuation systems, smoke control systems, fire engineered solutions, structural engineered compliance solutions and external façade remediation. In terms of complex high value voids typical works types might be: properties subject to disrepair claims, complex structural works, remodelling works, extensions, major facade works, sensitively sited properties, fire damage, flood damage, roofing, underpinning, brickwork/blockwork, carpentry, window replacement, exterior decoration, internal decoration, plumbing, electrics, glazing, plastering, kitchen replacement, bathroom replacement, damp-proofing, scaffolding, dry rot. Project values for complex high value voids could range from GBP 15 000 to GBP 1 million and above.
The value of the contract will depend on the instructions required during its term which is dependent on a number of factors, but are responsive to the needs of the contracting authority. The value is therefore unpredictable. The anticipated maximum value of the contract over the total 7 years is GBP 75 million. However, the actual value may be much lower. The contract will be non-exclusive and the contracting authority may appoint other contractors to carry out any of the works or carry out the works themselves. There is no guarantee or warranty as to the number of orders to be placed with the successful contractor.
The contracting authority intends to appoint the second placed bidder as a reserve contractor. In the event that the main contract is terminated for any reason the contracting authority may then seek to instruct the reserve contractor. In addition if there are any works which the contractor is unable to carry out due to capacity issues or otherwise the contracting authority may instruct the reserve contractor or appoint an alternative contractor to carry out the works.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
75 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2021
End:
31/03/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/10/2020
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/10/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The procurement is being managed through the contracting authority's procurement portal Capital ESourcing: https:// www.capitalesourcing.com
To be able to access the selection questionnaire, selection questionnaire guidance and the draft procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems you should contact the helpdesk at Capital ESourcing.
The contracting authority reserves the right to abandon this procurement process at any stage following the publication of this notice and/or not to award any contract in respect of this notice. Further the contracting authority reserves the right to award following receipt of initial tenders without negotiation.
Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the contracting authority.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the selection questionnaire and the procurement process as a whole. Under no circumstances will the contracting authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
The contracting authority is using the CCS standard selection questionnaire with questions from PAS91:2013+A1:2017 as applicable to the contract. The contract includes a mixture of works and as such PAS91 is not wholly applicable to all the works and services required and accordingly only sections of PAS91 have been included.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
WC2A 2LL
London
UK
VI.5) Date of dispatch of this notice
02/09/2020