Tender

LINFORD CHRISTIE STADIUM REFURBISHMENT: PROCUREMENT FOR DEMOLITION OF EXISTING AND PROVISION OF REPLACEMENT PORTABLE FACILITIES

  • London Borough of Hammersmith & Fulham

F02: Contract notice

Notice identifier: 2024/S 000-017108

Procurement identifier (OCID): ocds-h6vhtk-046ce4

Published 3 June 2024, 10:27am



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

LINFORD CHRISTIE STADIUM REFURBISHMENT: PROCUREMENT FOR DEMOLITION OF EXISTING AND PROVISION OF REPLACEMENT PORTABLE FACILITIES

two.1.2) Main CPV code

  • 45111000 - Demolition, site preparation and clearance work

two.1.3) Type of contract

Works

two.1.4) Short description

Design & Build contract for the demolition of an existing single storey building (changing rooms), and the supply of temporary portable facilities

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Design & Build contract for the demolition of an existing single storey building (changing rooms), and the supply of temporary portable facilities

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

2

This contract is subject to renewal

No

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

Company registration of NFDC, NICEIC, Constructionline, SSIP, CHAS or equivalent associations

Failure to hold the NFDC accreditation will result in your tender being disqualified

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 June 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 June 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom