Tender

Charecroft Estate Major Refurbishment

  • London Borough of Hammersmith & Fulham

F02: Contract notice

Notice identifier: 2023/S 000-001603

Procurement identifier (OCID): ocds-h6vhtk-0398a9

Published 18 January 2023, 5:02pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hammersmith & Fulham

London

London

W6 9JU

Email

procurement@lbhf.gov.uk

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

www.capitalesourcing.com

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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