Tender

Consultancy Frameworks Agreements

  • London Borough of Hammersmith & Fulham

F02: Contract notice

Notice identifier: 2021/S 000-018171

Procurement identifier (OCID): ocds-h6vhtk-02ce69

Published 29 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hammersmith & Fulham

Hammersmith Town Hall King Street London

London

W6 9JU

Email

procurement@lbhf.gov.uk

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

www.lbhf.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.capitalesourcing.com

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

Consultancy Frameworks Agreements

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority is the responsible landlord for over 17,000 homes across the borough of Hammersmith and Fulham. The resources required to maintain this housing stock are significant and the Contracting Authority is seeking to enter into a series of eight (8) Framework Agreements with qualified and experienced economic operators to provide specialist and professional services for a wide range of projects that will cover fire remedial works, complex works and sustainability and climate change works in the borough of Hammersmith and Fulham. The Frameworks will cover a range of services as set out in more detail against each lot below. Without limitation the Services include: quantity surveying services, contract administration services, project management services, principal designer services, CDM compliance services, building surveying services, employer’s agent services, civil and structural engineering services, mechanical and electrical engineering services, architectural services, clerk of works services and fire consultancy services.

Each Framework Agreement will be for a period of four (4) years. Typical project types that these services will support might be, without limitation:

Fire Remedial Works such as Fire doors, Firefighting equipment including Risers, Sprinklers, Fire detection systems, Evacuation systems and Smoke control systems, Fire engineered solutions, Structural engineered compliance solutions, External façade remediation and fire safety works of any nature.

Complex Works such as Properties subject to disrepair claims, Complex structural works of any nature, Remodelling works, Extensions, Major facade works, Sensitively sited properties, Fire damage, Flood damage, Roofing, Underpinning, Brickwork / blockwork, Carpentry, Window replacement, Door replacement, Exterior Decoration, Internal Decoration, Plumbing, Electrics, Glazing, Plastering, Kitchen replacement, Bathroom replacement, Damp-proofing, Scaffolding, Dry rot and other complex works of any nature.

Sustainability and Climate change works involving the scoping, designing and managing of carbon emissions reduction, energy efficiency improvement and other sustainability and climate change initiatives of any nature.

The value of the services to be called-off across the Framework Agreement is unpredictable and cannot be guaranteed. The anticipated maximum value of the Framework Agreement over the total 4 years is £18 million. However, the actual value could be lower. The Framework Agreements will be non-exclusive and the Contracting Authority may appoint other Consultants to carry out any of the services under any of the Lots or carry out the services themselves. There is no guarantee or warranty as to the number of call-offs/orders to be placed with the successful Consultants under any of the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £18,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 8

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

See Tender documents for further information on lot strategy

two.2) Description

two.2.1) Title

Multi-disciplinary Services – capital projects with a value below £500,000

Lot No

1

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71315000 - Building services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71320000 - Engineering design services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79990000 - Miscellaneous business-related services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure multi-disciplinary consultancy services for quantity surveyors, contract administrators, project managers, principal designers, CDM Compliance Consultants and Building Surveyors including mixed bundles of these services, for use by the Contracting Authority. The economic operator must be able to provide all these services under this lot. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the required services are envisaged to support a range of construction works for building related projects with values below £500,000 covering complex works and sustainability and climate change initiatives within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Multi-disciplinary Services – capital projects with a value between £500,001 to £3.5m

Lot No

2

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71315000 - Building services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71320000 - Engineering design services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79990000 - Miscellaneous business-related services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure multi-disciplinary consultancy services for quantity surveyors, contract administrators, project managers, principal designers, CDM Compliance Consultants, Building Surveyors and Employer’s Agent, including mixed bundles of these services, for use by the Contracting Authority. The economic operators must be able to provide all these services under this lot. The Contracting Authority expects to enter into a framework agreement with five (5) economic operators for this lot. Without limitation, the required services are envisaged to support a range of construction works for building related projects with values between £500,001 to £3.5m covering, fire remedial works, complex works and sustainability and climate change works within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £3,500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Multi-disciplinary Services – capital projects valued between £3,500,001 to £6.5m

Lot No

3

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71315000 - Building services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71320000 - Engineering design services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79990000 - Miscellaneous business-related services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure multi-disciplinary consultancy services for quantity surveyors, contract administrators, project managers, principal designers, CDM Compliance Consultants, Building Surveyors and Employer’s Agent, including mixed bundles of these services, for use by the Contracting Authority. The economic operators must be able to provide all these services to be admitted to this lot. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the required services are envisaged to support a range of construction works for building related projects with values between £3,500,001 to £6.5m covering, fire remedial works, complex works and sustainability and climate change works within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £5,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Multi-disciplinary Services – capital projects valued at above £6.5m

Lot No

4

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71315000 - Building services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71320000 - Engineering design services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79990000 - Miscellaneous business-related services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure multi-disciplinary consultancy services for quantity surveyors, contract administrators, project managers, principal designers, CDM Compliance Consultants, Building Surveyors and Employer’s Agent, including mixed bundles of these services, for use by the Contracting Authority. The economic operators must be able to provide all these services to be admitted to this lot. The Contracting Authority expects to enter into a framework agreement with six (6) economic operators for this lot. Without limitation, the required services are envisaged to support a range of construction works for building related projects with values above £6.5m covering, fire remedial works, complex works and sustainability and climate change works within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £3,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Civil and Structural and Mechanical and Electrical Engineering Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure Civil and Structural and Mechanical and Electrical engineering services for use by the Contracting Authority. The economic operators must be able to provide all these services to be admitted to this lot. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the required engineering services are envisaged to support a range of construction works for building related projects covering, complex works including M&E such as fire safety works, structural works, energy efficiency and sustainability and climate change initiatives within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £3,000,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Architectural Services for building related projects with values up to £500,000

Lot No

6

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71246000 - Determining and listing of quantities in construction
  • 71247000 - Supervision of building work
  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services
  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services
  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure architectural services for use by the Contracting Authority. The architectural services must cover all the RIBA work stages as defined in the RIBA Plan of Work 2020. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the architectural services are envisaged to support a range of construction works for building related projects with values up to £500,000 covering, complex works and climate change initiatives within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

7

two.2.2) Additional CPV code(s)

  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71315400 - Building-inspection services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure clerk of work services for use by the Contracting Authority. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the clerk of works services are envisaged to support a range of construction works for building related projects covering, fire remedial works, complex works and sustainability and climate change initiatives within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

two.2) Description

two.2.1) Title

Fire Consultancy Services

Lot No

8

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

London Borough of Hammersmith and Fulham

two.2.4) Description of the procurement

The Contracting Authority wishes to procure fire consultancy services for use by the Contracting Authority. The Contracting Authority expects to enter into a framework agreement with four (4) economic operators for this lot. Without limitation, the fire consultancy services are envisaged to cover, passive compartmentation surveys, fire risk assessments and fire door inspections that would be required to be undertaken within the borough of Hammersmith and Fulham.

The duration of an individual call-off contract under the Framework Agreement will not necessarily be limited to the four-year period referred to in paragraph II.2.7 but will be governed by the subject matter of the call-off contract.

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: £2,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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

Suppliers should be suitably experienced, hold any mandatory memberships and qualifications and be registered on any professional registers relevant to the profession.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

30 August 2021

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 September 2021

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.3) Additional information

The procurement is being managed through the Contracting Authority's procurement portal, CapitalESourcing: 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, then you should contact the helpdesk at CapitalESourcing.

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.

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 considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

The High Court

WC2A 2LL

London

Country

United Kingdom