Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: London Borough of Hammersmith and Fulham
Town: London
NUTS code:
UKI33 Kensington & Chelsea and Hammersmith & FulhamPostal code: W6 9JU
Country: United Kingdom
Contact person: Aldhun Levitt
E-mail:
procurement@lbhf.gov.ukInternet address(es): Main address:
www.lbhf.gov.uk I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
London Borough of Hammersmith and Fulham is looking for a borough wide contractor to undertake various remedial works together with a wide range of general ad-hoc construction work including some complex high value voids.
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UKI33 Kensington & Chelsea and Hammersmith & Fulham
II.2.4)Description of the procurement: II.2.5)Award criteriaCost criterion - Name: Quality / Weighting: 60 %
Cost criterion - Name: Price / Weighting: 40 %
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: no
V.1)Information on non-awardThe contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3)Additional information:
Following an internal review of the requirements set by the Council in the procurement documentation, the Council has identified a number of structural flaws in the pricing tables and evaluation methodology that cannot be addressed in the current procurement and in consequence the most economically advantageous tender (MEAT) for the Council cannot be identified. These flaws are set out below:
(a) it has become apparent that the pricing tables included for the tender stage were not sufficiently clear or structured so as to:
(i) enable bidders to understand the pricing submissions required and price accordingly,
(ii) to inform bidders how to formulate and compile their prices in order to enable orders to be priced under the contract,
(iii) correspond to the solution sought by the Council; and
(b) the pricing methodology for orders under the project was not sufficiently clear despite further clarification and as a result it became clear that Bidders interpreted the methodology differently and the proposals submitted could not fairly be evaluated; and
(c) the evaluation methodology was not sufficiently structured to ensure that the quality aspects of tenders met the Council’s high quality standards.
This was further impacted on by reason of (a) above.
As a result of the above and in accordance with the tender documents as issued, the Council has made a decision to exercise their discretion to not award the contract and to abandon the tender process.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High Court
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:14/08/2020