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
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
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