Ex Employees is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Responsive Repairs for Peabody Trust |
Notice type: | Contract Notice |
Authority: | Ex Employees |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Peabody Group are seeking to appoint Contractors to provide responsive repairs and specialist works amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive responsive repairs service across three geographic lots, with one, prime Contractor per lot. Beyond this, it will be expected that each of the Contractor’s appointed to the three Core Regions will serve as a back-up Contractor to additional regions (as defined in the ITT/SQ documents). This back-up mechanism and the mechanics of triggering of it is described in full in the ITT/SQ documents. The scope of works deemed to be included within responsive repairs and specialist works i detailed in the SQ and ITT documents in full. |
Published: | 11/02/2019 17:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284259, Email: patric.lemagnen@peabody.org.uk
Contact: Patric Lemagnen
Main Address: https://www.peabody.org.uk/home
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./E3Z33GP23P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Responsive Repairs for Peabody Trust
Reference Number: 349691688
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors to provide responsive repairs and specialist works amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive responsive repairs service across three geographic lots, with one, prime Contractor per lot. Beyond this, it will be expected that each of the Contractor’s appointed to the three Core Regions will serve as a back-up Contractor to additional regions (as defined in the ITT/SQ documents). This back-up mechanism and the mechanics of triggering of it is described in full in the ITT/SQ documents.
The scope of works deemed to be included within responsive repairs and specialist works i detailed in the SQ and ITT documents in full.
II.1.5) Estimated total value:
Value excluding VAT: 92,800,000
Currency: GBP
II.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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The intention is to appoint a single Contractor in each Core Region. Full information around the rules concerning the awarding of Lots is contained within the SQ documents.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Core Region 1 - North West London – specific Boroughs – Hillingdon, Harrow, Ealing, Brent, Barnet, Camden, Haringay, Waltham Forest, Enfield, Richmond upon Thames, and Hounslow
Lot No: 1
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Providing the services stated in the main description for Core Region 1 - North West London – specific Boroughs – Hillingdon, Harrow, Ealing, Brent, Barnet, Camden, Haringay, Waltham Forest, Enfield, Richmond upon Thames, and Hounslow. See additional information provided in the ITT/SQ documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 11,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend each individual contract for each of the three Lots of the Framework up to a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at SQ stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the Invitation To Tender (ITT) stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Core Region 2 - East London and Essex – specific Boroughs – Redbridge, Havering, Barking & Dagenham, Newham, Tower Hamlets, Uttelsford, Braintree, Tendering, Colchester, Maldon, Rochford, Thurrock, Basildon, Chelsmford, Epping Forest, Castle Point, Brentwood, and Southend on Sea
Lot No: 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Providing the services stated in the main description for Core Region 2 - East London and Essex – specific Boroughs – Redbridge, Havering, Barking & Dagenham, Newham, Tower Hamlets, Uttelsford, Braintree, Tendering, Colchester, Maldon, Rochford, Thurrock, Basildon, Chelsmford, Epping Forest, Castle Point, Brentwood, and Southend on Sea. See additional information provided in the SQ/ITT documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 9,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend each individual contract for each of the three Lots of the Framework up to a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at SQ stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the Invitation To Tender (ITT) stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Core Region 3 -South London – Southwark, Lambeth, Lewisham, Wandsworth, Merton, Sutton, Croydon, Bromley, and Kingston upon Thames
Lot No: 3
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Providing the services stated in the main description for Core Region 3 - South London – Southwark, Lambeth, Lewisham, Wandsworth, Merton, Sutton, Croydon, Bromley, and Kingston upon Thames. See additional information provided in the SQ/ITT documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 18,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for an initial period of 36 months, with the potential to extend each individual contract for each of the three Lots of the Framework up to a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at SQ stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the Invitation To Tender (ITT) stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Full eligibility requirements will be contained within the SQ documents. As a minimum, the Authority is requesting that all eligible Bidder's must be able to demonstrate CHAS accreditation or another health and safety recognised accreditation. Additionally, that that all specialist works are going to be carried out by either the Bidder or their sub-contractors who are registered with the appropriate Professional regulator(s) in the EU member state where they are established (UKAS or equivalent trade body certification).
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The award of a Lot to a successful Bidder (who is invited to progress from the Selection Questionnaire stage through to the Invitation to Tender stage) will be based on Most Economically Advantageous Tender award criteria (MEAT). The split between technical responses versus pricing and commercial submissions shall be 80/20 in favour of technical. Within the 80% attributed to the technical aspects of the bid, the following aspects of a Bidder's competence will be assessed:
Technology and IT (12%)
Resourcing and infrastructure (12%)
Efficiency and financial management (10%)
Customer Communication and Customer Care (13%)
Quality and Continuous Improvement (12%)
Health and Safety (12%)
Corporate Social Responsibility (8%)
Full scoring and evaluation criteria on those above elements will be detailed within the Invitation to Tender documents.
Minimum level(s) of standards possibly required (if applicable) :
The minimum requirements for this Contract, that Peabody Group deem a good performance in achieving as essential for a Contractor to be seen to be performing to an acceptable level are detailed within Clause 3 of the Selection Questionnaire Instructions to Bidders document.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: Yes
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.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
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 217 - 496351
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/03/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/04/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between 3 or 5 years from the date of this Notice.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
A copy of the Draft ITT document will only be available on request.
For more information about this opportunity, please visit the Delta eSourcing portal at:http://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./23697NR7CT
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=375236100
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England & Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/02/2019
Annex A
View any Notice Addenda
UK-London: Repair and maintenance services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284259, Email: patric.lemagnen@peabody.org.uk
Contact: Patric Lemagnen
Main Address: https://www.peabody.org.uk/home
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Responsive Repairs for Peabody Trust Reference number: 349691688
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Peabody Group are seeking to appoint Contractors to provide responsive repairs and specialist works amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive responsive repairs service across three geographic lots, with one, prime Contractor per lot. Beyond this, it will be expected that each of the Contractor’s appointed to the three Core Regions will serve as a back-up Contractor to additional regions (as defined in the ITT/SQ documents). This back-up mechanism and the mechanics of triggering of it is described in full in the ITT/SQ documents.
The scope of works deemed to be included within responsive repairs and specialist works i detailed in the SQ and ITT documents in full.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 02/04/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 229923
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 11/02/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: III.1.3)
Lot No: Not provided
Place of text to be modified: III.1.3)
Instead of: The award of a Lot to a successful Bidder (who is invited to progress from the Selection Questionnaire stage through to the Invitation to Tender stage) will be based on Most Economically Advantageous Tender award criteria (MEAT). The split between technical responses versus pricing and commercial submissions shall be 80/20 in favour of technical. Within the 80% attributed to the technical aspects of the bid, the following aspects of a Bidder's competence will be assessed:
Technology and IT (12%)
Resourcing and infrastructure (12%)
Efficiency and financial management (10%)
Customer Communication and Customer Care (13%)
Quality and Continuous Improvement (12%)
Health and Safety (12%)
Corporate Social Responsibility (8%)
Full scoring and evaluation criteria on those above elements will be detailed within the Invitation to Tender documents.
Read: The award of a Lot to a successful Bidder (who is invited to progress from the Selection Questionnaire stage through to the Invitation to Tender stage) will be based on Most Economically Advantageous Tender award criteria (MEAT). The split between technical responses versus pricing and commercial submissions shall be 70/30 in favour of technical. Within the 70% attributed to the technical aspects of the bid, the following aspects of a Bidder's competence will be assessed:
Technology and IT (10%)
Resourcing and infrastructure (10%)
Efficiency and financial management (9%)
Customer Communication and Customer Care (12%)
Quality and Continuous Improvement (10%)
Health and Safety (12%)
Corporate Social Responsibility (7%)
Full scoring and evaluation criteria on those above elements will be detailed within the Invitation to Tender documents.
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
For more information about this opportunity, please visit the Delta eSourcing portal at:http://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./23697NR7CT
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=387708796
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284259, Email: patric.lemagnen@peabody.org.uk
Contact: Patric Lemagnen
Main Address: https://www.peabody.org.uk/home
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Responsive Repairs for Peabody Trust
Reference number: 349691688
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors to provide responsive repairs and specialist works amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive responsive repairs service across three geographic lots, with one, prime Contractor per lot. Beyond this, it will be expected that each of the Contractor’s appointed to the three Core Regions will serve as a back-up Contractor to additional regions (as defined in the ITT/SQ documents). This back-up mechanism and the mechanics of triggering of it is described in full in the ITT/SQ documents.
The scope of works deemed to be included within responsive repairs and specialist works i detailed in the SQ and ITT documents in full.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 20,400,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Core Region 1 - North West London – specific Boroughs – Hillingdon, Harrow, Ealing, Brent, Barnet, Camden, Haringay, Waltham Forest, Enfield, Richmond upon Thames, and Hounslow
Lot No:1
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Providing the services stated in the main description for Core Region 1 - North West London – specific Boroughs – Hillingdon, Harrow, Ealing, Brent, Barnet, Camden, Haringay, Waltham Forest, Enfield, Richmond upon Thames, and Hounslow. See additional information provided in the ITT/SQ documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Core Region 2 - East London and Essex – specific Boroughs – Redbridge, Havering, Barking & Dagenham, Newham, Tower Hamlets, Uttelsford, Braintree, Tendering, Colchester, Maldon, Rochford, Thurrock, Basildon, Chelsmford, Epping Forest, Castle Point, Brentwood, and Southend on Sea
Lot No:2
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Providing the services stated in the main description for Core Region 2 - East London and Essex – specific Boroughs – Redbridge, Havering, Barking & Dagenham, Newham, Tower Hamlets, Uttelsford, Braintree, Tendering, Colchester, Maldon, Rochford, Thurrock, Basildon, Chelsmford, Epping Forest, Castle Point, Brentwood, and Southend on Sea. See additional information provided in the SQ/ITT documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Core Region 3 -South London – Southwark, Lambeth, Lewisham, Wandsworth, Merton, Sutton, Croydon, Bromley, and Kingston upon Thames
Lot No:3
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Providing the services stated in the main description for Core Region 3 - South London – Southwark, Lambeth, Lewisham, Wandsworth, Merton, Sutton, Croydon, Bromley, and Kingston upon Thames. See additional information provided in the SQ/ITT documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Decision not to award Lot 3 (Core Region 3) was taken by the business following a review of the tender submissions.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Core Region 1
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/07/2019
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wates Living Space (Maintenance) Ltd, Company Number: 1141788
Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 11,200,000
Total value of the contract/lot: 11,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Core Region 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/07/2019
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wates Living Space (Maintenance) Ltd, Company Number: 1141788
Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 9,200,000
Total value of the contract/lot: 9,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Core Region 3
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
For more information about this opportunity, please visit the Delta eSourcing portal at:http://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./23697NR7CT
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=466997661
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England & Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 24/01/2020