London Boroughs of Richmond and Wandsworth: Renewal of Kitchens and Bathrooms to Tenanted Dwellings (Boroughwide) — Phase 9 and 10

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

Notice Summary
Title: Renewal of Kitchens and Bathrooms to Tenanted Dwellings (Boroughwide) — Phase 9 and 10
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Works
Procedure: Restricted
Short Description: The project comprises of the renewal of kitchens and bathrooms to Decent Home Standard along with boiler replacement and electrical works to tenanted dwellings within the Wandsworth Borough. Under Phase 9 (Lot 1), the Works are to cover all 432 Units in total. Under Phase 10 (Lot 2), the Works are to cover all 481 Units in total.
Published: 02/03/2021 19:23

View Full Notice

UK-London: Refurbishment work.

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 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://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: Renewal of Kitchens and Bathrooms to Tenanted Dwellings (Boroughwide) — Phase 9 and 10            
      Reference number: CPT/2120

      II.1.2) Main CPV code:
         45453100 - Refurbishment work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: The project comprises of the renewal of kitchens and bathrooms to Decent Home Standard along with boiler replacement and electrical works to tenanted dwellings within the Wandsworth Borough.

Under Phase 9 (Lot 1), the Works are to cover all 432 Units in total.
Under Phase 10 (Lot 2), the Works are to cover all 481 Units in total.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,200,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Kitchen and Bathroom Renewals - Phase 9   
      Lot No:Phase 9

      II.2.2) Additional CPV code(s):
            45453000 - Overhaul and refurbishment work.
            45211310 - Bathrooms construction work.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            45311100 - Electrical wiring work.
            44621200 - Boilers.
            44410000 - Articles for the bathroom and kitchen.
            44115800 - Building internal fittings.
            45210000 - Building construction work.
            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 project comprises of the renewal of kitchens and bathrooms to Decent Home Standard along with boiler replacement and electrical works to tenanted dwellings within the Wandsworth Borough.

Under Phase 9, the Works are to cover all 432 Units in total.

The estimated contract period will be for 52 weeks.

      II.2.5) Award criteria:
                  
      Price - Weighting: 100
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title: Not Provided    
      Lot No:Phase 10

      II.2.2) Additional CPV code(s):
            45453000 - Overhaul and refurbishment work.
            45211310 - Bathrooms construction work.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            45311100 - Electrical wiring work.
            44621200 - Boilers.
            44410000 - Articles for the bathroom and kitchen.
            44115800 - Building internal fittings.
            45210000 - Building construction work.
            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 project comprises of the renewal of kitchens and bathrooms to Decent Home Standard along with boiler replacement and electrical works to tenanted dwellings within the Wandsworth Borough.

Under Phase 10, the Works are to cover all 481 Units in total. For details on the sites, the shortlisting process and the Works, please see the procurement documents, which have been uploaded onto the delta esourcing portal.

The estimated contract period will be for 52 weeks.

      II.2.5) Award criteria:
                  
      Price - Weighting: 100
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: 2019/S 87-208418
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: Phase 9

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Durkan Limited, 997195
             Durkan Limited, Elstree Way, Hertfordsgire, WD6 1JD, United Kingdom
             Tel. +44 2086199700, Email: bid.team@durkan.co.uk
             Internet address: https://www.durkan.co.uk/
             NUTS Code: UKH23
            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: 4,900,000          
         Total value of the contract/lot: 5,181,135.5
         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: Phase 10

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Amber Construction Services Ltd, 418 4802
             Unit 5 Rippleside Commercial Estate, Barking, IG11 0RJ, United Kingdom
             Tel. +44 2085925699, Email: bids@amberconstruction.com
             NUTS Code: UKI52
            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: 5,300,000          
         Total value of the contract/lot: 4,884,315.84
         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=575269532

   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
          70 Whitehall, London, SW1 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Buyer incorporated a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who were unsuccessful were informed by the Buyer as soon as possible after the decision had 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 Buyer 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 Buyer to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above was 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
          Royal Courts of Justice
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 02/03/2021




View any Notice Addenda

View Award Notice