Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Responsive Capital Work

  • First published: 07 September 2020
  • Last modified: 07 September 2020
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
London Borough of Hammersmith and Fulham
Authority ID:
AA20478
Publication date:
07 September 2020
Deadline date:
02 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45343200 Firefighting equipment installation work Fire-prevention installation works
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45343230 Sprinkler systems installation work Fire-prevention installation works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lbhf.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.