- Scope of the procurement
- Lot 1. Multi-disciplinary Services – capital projects with a value below £500,000
- Lot 2. Multi-disciplinary Services – capital projects with a value between £500,001 to £3.5m
- Lot 3. Multi-disciplinary Services – capital projects valued between £3,500,001 to £6.5m
- Lot 4. Multi-disciplinary Services – capital projects valued at above £6.5m
- Lot 5. Civil and Structural and Mechanical and Electrical Engineering Services
- Lot 6. Architectural Services for building related projects with values up to £500,000
- Lot 7. Clerk of Works
- Lot 8. Fire Consultancy Services
Section one: Contracting authority
one.1) Name and addresses
London Borough of Hammersmith & Fulham
Hammersmith Town Hall King Street London
London
W6 9JU
Country
United Kingdom
NUTS 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
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