Section one: Contracting authority
one.1) Name and addresses
London Borough of Hammersmith & Fulham
London
London
W6 9JU
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Charecroft Estate Major Refurbishment
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Fire safety upgrade and refurbishment works to Charecroft Estate, W12.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.2.4) Description of the procurement
The proposed works consist of replacement windows and spandrel panels, renewal of roof coverings, installation of a monorail roof access system, external and internal communal fabric repairs and redecoration, to four 20-storey tower blocks providing 430 homes. The proposed works also include the full internal refurbishment and reinstatement of 6no. fire-damaged flats.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The Authority will assess in accordance with the criteria set out in the Instructions to Tender and associated documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the Instructions to Tender and associated Contractual documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to the Instructions to Tender and associated Contractual documents.
Minimum level(s) of standards possibly required
Please refer to the Instructions to Tender and associated Contractual documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to the Instructions to Tender and associated Contractual documents.
Minimum level(s) of standards possibly required
Please refer to the Instructions to Tender and associated Contractual documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Instructions to Tender and associated Contractual documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Hammersmith and Fulham Council
London
3 Shortlands, Hammersmith
W6 8DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
Strand
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contract Regulations the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.
Any action must be brought within the applicable limitation period