London Boroughs of Richmond and Wandsworth: Repair and Maintenance Services to Tenanted and Vacant properties and Communal Areas, Communal Plumbing and Tank Chlorination Services and Specialist Metalwork Services

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Repair and Maintenance Services to Tenanted and Vacant properties and Communal Areas, Communal Plumbing and Tank Chlorination Services and Specialist Metalwork Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: The aim of this procurement is to appoint a single service provider to act as primary contractor for Lots 1 to 14 undertaking 60% of the works by value. There is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services for Lots 1-13. For Lot 15 only, a single service provider will act as secondary contractor to undertake 40% of the works by value. The Council does not guarantee or warrant the percentage of work given to any contractor. Repairs and maintenance works shall be carried out within defined priority timescale categories and Tenderer's shall be invited to tender an Adjustment Percentage to the Detailed Rates set out at Schedule 2 to the draft Contract contained within Volume 2, to act as primary Contractor.
Published: 06/11/2020 14:38

View Full Notice

UK-London: Repair and maintenance services of building installations.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
             Contact: Valerie Kuijpers
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
             NUTS Code: UKI34
      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: https://www.delta-esourcing.com
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Repair and Maintenance Services to Tenanted and Vacant properties and Communal Areas, Communal Plumbing and Tank Chlorination Services and Specialist Metalwork Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50700000 - Repair and maintenance services of building installations.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The aim of this procurement is to appoint a single service provider to act as primary contractor for Lots 1 to 14 undertaking 60% of the works by value. There is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services for Lots 1-13. For Lot 15 only, a single service provider will act as secondary contractor to undertake 40% of the works by value. The Council does not guarantee or warrant the percentage of work given to any contractor. Repairs and maintenance works shall be carried out within defined priority timescale categories and Tenderer's shall be invited to tender an Adjustment Percentage to the Detailed Rates set out at Schedule 2 to the draft Contract contained within Volume 2, to act as primary Contractor.       
      II.1.5) Estimated total value:
      Value excluding VAT: 49,000,000       
      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: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: There are 15 lots in total with restrictions please refer to Volume 1 - Invitation to tender for details

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Tenanted Properties: Eastern Area       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 6,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/34D6MB4U8C       
II.2) Description Lot No. 2
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Tenanted Properties: Southern Area       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Southern area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 3,700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/S7VYS634BB       
II.2) Description Lot No. 3
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Tenanted Properties: Central Area       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 3,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/T6YRZ7J85S       
II.2) Description Lot No. 4
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Tenanted Properties: Western Area       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 4,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/37M2ZTY588       
II.2) Description Lot No. 5
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Vacant Properties: Eastern Area       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs Vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 4,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/NRXPU7C2KR       
II.2) Description Lot No. 6
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Vacant Properties: Southern Area       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Southern area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/G2BZZV88AE       
II.2) Description Lot No. 7
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Vacant Properties: Central Area       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 2,800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/A4F2G6P957       
II.2) Description Lot No. 8
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Vacant Properties: Western Area       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 4,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/A4F2G6P957       
II.2) Description Lot No. 9
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Communal Areas: Eastern Area       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs communal area contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 2,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/56EUP24M63       
II.2) Description Lot No. 10
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Communal Areas: Southern Area       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Communal areas, Southern area repairs contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 2,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/CWX2S28S2Z       
II.2) Description Lot No. 11
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Communal Areas: Central Area       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs Communal Area contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 2,900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ F5DQKM8G5K       
II.2) Description Lot No. 12
      
      II.2.1) Title: The provision of Repair and Maintenance Services to Communal Areas: Western Area       
      Lot No: 12       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs to communal areas contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 2,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ RRP7R6WR4M       
II.2) Description Lot No. 13
      
      II.2.1) Title: Communal Plumbing and Tank Chlorination Works (Primary Contractor 60%), boroughwide       
      Lot No: 13       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Communal Plumbing and Tank Chlorination Works (Primary Contractor 60%), boroughwide contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 5,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/8488E3EPPD       
II.2) Description Lot No. 14
      
      II.2.1) Title: Specialist Metal Works (Primary Contractor 60%) boroughwide       
      Lot No: 14       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Specialist Metal Works (Primary Contractor 60%) boroughwide contract (details in Volume 2 - specification) to undertake 60% of the works by value, there will also be a separate secondary contractor undertaking the remaining 40% of the works for the provision of the services.
      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: 1,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ W9254Z65G8       
II.2) Description Lot No. 15
      
      II.2.1) Title: Specialist Metal Works (Secondary Contractor 40%) boroughwide       
      Lot No: 15       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The aim of this procurement is to appoint a single service provider to act as secondary contractor for the Specialist Metal Works (Secondary Contractor 40%) boroughwide contract (details in Volume 2 - specification) to undertake 40% of the works by value, there will also be a separate primary contractor undertaking the remaining 60% of the works for the provision of the services.
      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: 900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2021 / End: 30/09/2028       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.
      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/Q429V8UB6T       


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:          
      Please refer to tender documentation    
      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    
      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.1.5) 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       
      Please refer to tender documentation          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/01/2021 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/01/2021
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=515656339
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is
communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102)
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action.
Any such action must be brought within the applicable limitation period. Where a contract has not been entered into,
the court may order the setting aside of the award decision or order the authorities to amend any document and may
award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract
be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set
aside the award decision before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 06/11/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Repair and maintenance services of building installations.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
       Contact: Valerie Kuijpers
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Repair and Maintenance Services to Tenanted and Vacant properties and Communal Areas, Communal Plumbing and Tank Chlorination Services and Specialist Metalwork Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50700000 - Repair and maintenance services of building installations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The aim of this procurement is to appoint a single service provider to act as primary contractor for Lots 1 to 14 undertaking 60% of the works by value. There is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services for Lots 1-13. For Lot 15 only, a single service provider will act as secondary contractor to undertake 40% of the works by value. The Council does not guarantee or warrant the percentage of work given to any contractor. Repairs and maintenance works shall be carried out within defined priority timescale categories and Tenderer's shall be invited to tender an Adjustment Percentage to the Detailed Rates set out at Schedule 2 to the draft Contract contained within Volume 2, to act as primary Contractor.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 43,100,949
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Tenanted Properties: Eastern Area   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/34D6MB4U8C

   II.2) Description (lot no. 2)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Tenanted Properties: Southern Area   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Southern area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/S7VYS634BB

   II.2) Description (lot no. 3)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Tenanted Properties: Central Area   
      Lot No:3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/T6YRZ7J85S

   II.2) Description (lot no. 4)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Tenanted Properties: Western Area   
      Lot No:4

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs tenanted contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/37M2ZTY588

   II.2) Description (lot no. 5)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Vacant Properties: Eastern Area   
      Lot No:5

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs Vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/NRXPU7C2KR

   II.2) Description (lot no. 6)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Vacant Properties: Southern Area   
      Lot No:6

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Southern area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/G2BZZV88AE

   II.2) Description (lot no. 7)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Vacant Properties: Central Area   
      Lot No:7

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/A4F2G6P957

   II.2) Description (lot no. 8)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Vacant Properties: Western Area   
      Lot No:8

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs vacant properties contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/A4F2G6P957

   II.2) Description (lot no. 9)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Communal Areas: Eastern Area   
      Lot No:9

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Eastern area repairs communal area contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/56EUP24M63

   II.2) Description (lot no. 10)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Communal Areas: Southern Area   
      Lot No:10

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Communal areas, Southern area repairs contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/CWX2S28S2Z

   II.2) Description (lot no. 11)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Communal Areas: Central Area   
      Lot No:11

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Central area repairs Communal Area contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ F5DQKM8G5K

   II.2) Description (lot no. 12)
   

      II.2.1) Title:The provision of Repair and Maintenance Services to Communal Areas: Western Area   
      Lot No:12

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Western area repairs to communal areas contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ RRP7R6WR4M

   II.2) Description (lot no. 13)
   

      II.2.1) Title:Communal Plumbing and Tank Chlorination Works (Primary Contractor 60%), boroughwide   
      Lot No:13

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Communal Plumbing and Tank Chlorination Works (Primary Contractor 60%), boroughwide contract (details in Volume 2 - specification) to undertake 60% of the works by value, there is already an existing secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/8488E3EPPD

   II.2) Description (lot no. 14)
   

      II.2.1) Title:Specialist Metal Works (Primary Contractor 60%) boroughwide   
      Lot No:14

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as primary contractor for the Specialist Metal Works (Primary Contractor 60%) boroughwide contract (details in Volume 2 - specification) to undertake 60% of the works by value, there will also be a separate secondary contractor undertaking the remaining 40% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/ W9254Z65G8

   II.2) Description (lot no. 15)
   

      II.2.1) Title:Specialist Metal Works (Secondary Contractor 40%) boroughwide   
      Lot No:15

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider to act as secondary contractor for the Specialist Metal Works (Secondary Contractor 40%) boroughwide contract (details in Volume 2 - specification) to undertake 40% of the works by value, there will also be a separate primary contractor undertaking the remaining 60% of the works for the provision of the services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the proposed contract is 3 years (36 months) to commence on 1.10.2021 with the option at the absolute discretion of the Council to extend for a further period or periods of up to four years (48 months) which will be awarded in two stages of 24 months each.

      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: To respond to this opportunity please click here:
https://www.delta-esourcing.com/respond/Q429V8UB6T


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 220-541882
      
   

   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: CPT2536    
   Lot Number: 1    
   Title: The Provision of Repair and Maintenance Services to Tenanted Properties Eastern Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Purdy Contracts Limited, 01830283
             Brooklyn Lodge, London, E4 7RW, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,573,750
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: The Provision of Repair and Maintenance Services to Tenanted Properties - Southern Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Breyer Group PLC, 00782931
             Faringdon Avenue, Romford,, United Kingdom
             NUTS Code: UKH3
            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: Not Provided          
         Total value of the contract/lot: 3,643,962
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 2526    
   Lot Number: 3    
   Title: The Provision of Repair and Maintenance Services to Tenanted Properties - Cdentral Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Breyer Group PLC, 00782931
             Faringdon Avenue, Romford, RM3 *ST, United Kingdom
             NUTS Code: UKH3
            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: Not Provided          
         Total value of the contract/lot: 3,181,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 2526L4    
   Lot Number: 4    
   Title: The Provision of Repair and Maintenance Services to Tenanted Properties - Western Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Purdy contracts, 01830283
             Brooklyn Lodge,, London, E4 7RW, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,858,750
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: CPT2536L5    
   Lot Number: 5    
   Title: The Provision of Repair and Maintenance Services to Vacant Properties - Eastern Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MNM Property Services Ltd, 03117531
             Unit 30, Cygnus Business Centre,, Dalmeyer Road, London, NW10 2XA, United Kingdom
             NUTS Code: UKI7
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,175,200
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: 2536L6    
   Lot Number: 6    
   Title: The Provision of Repair and Maintenance Services to Vacant Properties - Southern Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Purdy Contracts Ltd, 01830283
             Brooklyn Lodge,, London, E4 7RW, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,123,750
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: 2536L7    
   Lot Number: 7    
   Title: The Provision of Repair and Maintenance Services to Vacant Properties - Central Area

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Purdy Contract Ltd, 01830283
             Brooklyn Lodge,, London, E4 7RW, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,511,250
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: 2536L8    
   Lot Number: 8    
   Title: The Provision of Repair and Maintenance Services to Vacant Properties - Western

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MNM Property Services Ltd, 03117531
             Unit 30, Cygnus Business Centre,, Dalmeyer Road, London, NW10 2XA, United Kingdom
             NUTS Code: UKI7
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,270,400
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: 2536L9    
   Lot Number: 9    
   Title: The Provision of Repair and Maintenance Services to Communal Areas - Eastern Areas

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             F G Keen Ltd, 01510435
             Unit 70a Wimbledon Stadium Business Centre,, London, SW17 0BA, United Kingdom
             NUTS Code: UKI6
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,261,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: 2536L10    
   Lot Number: 10    
   Title: The Provision of Repair and Maintenance Services to Communal Areas - Southern

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators:
         
         Contractor (No.1)
             Breyer Group Plc, 00782931
             Farrington Avenue, Romford, RM3 8ST, United Kingdom
             NUTS Code: UKH3
            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: Not Provided          
         Total value of the contract/lot: 2,272,200
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: 2536L11    
   Lot Number: 11    
   Title: The Provision of Repair and Maintenance Services to Communal Areas - Central

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             F G Keen Ltd, 01510435
             Unit 70, Wimbledon Stadium Business Centre, London, SW17 OBA, United Kingdom
             NUTS Code: UKI6
            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: Not Provided          
         Total value of the contract/lot: 2,793,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: 2536L12    
   Lot Number: 12    
   Title: The Provision of Repair and Maintenance Services to Communal Areas - Western

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Breyer Group Plc, 00782931
             Farrington Avenue, Romford, RM3 8ST, United Kingdom
             NUTS Code: UKH3
            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: Not Provided          
         Total value of the contract/lot: 2,349,900
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.13)

   Contract No: 2536L13    
   Lot Number: 13    
   Title: Communal Plumbing and Tank Chlorination Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Drain Surgeon Services Ltd, 03710610
             5 Bridge Parade, Waddon road, Croydon, CRO 4JH, United Kingdom
             NUTS Code: UKI62
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,423,700
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.14)

   Contract No: 2536L14    
   Lot Number: 14    
   Title: Provision of Specialist Metal Works – Primary Contractor

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             John Carroll Sons Metal Works Ltd, 11472267
             Unit 14 Liongate Enterprise Park, 80 Morden Road,, London, CR4 4NY, United Kingdom
             NUTS Code: UKI6
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,008,087.5
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.15)

   Contract No: 2536L15    
   Lot Number: 15    
   Title: Provision of Specialist Metal Works – Secondary Contractor

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             W C Evans and Sons (Engs) Ltd, 1422809
             2 Limes Avenue,, Penge, London, SE20 8QR, United Kingdom
             NUTS Code: UKI6
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 654,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=683081817

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Cabinet Office
          Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is
communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102)
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action.
Any such action must be brought within the applicable limitation period. Where a contract has not been entered into,
the court may order the setting aside of the award decision or order the authorities to amend any document and may
award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract
be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set
aside the award decision before the contract is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 13/04/2022