Ex Employees: Responsive Repairs for Peabody Trust *Duplicated*

  Ex Employees has published this notice through Delta eSourcing

Notice Summary
Title: Responsive Repairs for Peabody Trust *Duplicated*
Notice type: Contract Award 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: 27/01/2020 13:12

View Full Notice

UK-London: Repair and maintenance services. *Duplicated*

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
       Notice number in the OJEU: 2019/S 32-72192
      
   

   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=467596441

   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: 27/01/2020




View any Notice Addenda

View Award Notice