London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Building and facilities management services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Wandsworth Borough Council and the London Borough of Richmond upon Thames is inviting tenders for the provision of building & facilities management services. The contract is broken down into four (4) lots (Lot 1: Air conditioning, Lot 2: Heating, Lot:3 Water, Lot 4: Lift Maintenance) with a proposed commencement date of 1st April 2020 for a period of five (5) years (60 months) with an option to extend for a period or periods of up to a further two (2) years (24 months). |
Published: | 25/07/2019 13:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Wandsworth Borough Council
Town Hall, Wandsworth High Street, Wandsworth, 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: Yes.
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 electronically via https://www.delta-esourcing.com 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: Building and facilities management services
Reference Number: CPT2036
II.1.2) Main CPV Code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond upon Thames is inviting tenders for the provision of building & facilities management services. The contract is broken down into four (4) lots (Lot 1: Air conditioning, Lot 2: Heating, Lot:3 Water, Lot 4: Lift Maintenance) with a proposed commencement date of 1st April 2020 for a period of five (5) years (60 months) with an option to extend for a period or periods of up to a further two (2) years (24 months).
II.1.5) Estimated total value:
Value excluding VAT: 6,500,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Planned, Preventative and Reactive Maintenance of Air Conditioning Assets
Lot No: 1
II.2.2) Additional CPV codes:
79993000 - Building and facilities management services.
42113130 - Condenser air-cooling systems.
45331230 - Installation work of cooling equipment.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The Councils are inviting tenders for the provision of planned, preventative and reactive maintenance of air conditioning assets. The Contractor shall provide an air conditioning PPM and Reactive Maintenance service to maintain ventilation, comfort cooling and air conditioning systems in relation to the Councils' sites and properties detailed and Described in the tender documents. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
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: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
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 proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access code:B43MH38HG5
II.2) Description Lot No. 2
II.2.1) Title: Planned, Preventative and Reactive Maintenance of Heating Assets
Lot No: 2
II.2.2) Additional CPV codes:
39715000 - Water heaters and heating for buildings; plumbing equipment.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The Councils are inviting tenders for the provision of planned, preventative and reactive maintenance of heating assets. The Assets are oil and gas fired primary heating plants and the contractor will provide PPM servicing of the heating assets as set out in the specification, and a Reactive Maintenance call out service: an adaptable and responsive 24-hour, 365-day Reactive Maintenance service. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
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: 2,450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
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 proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access Code:8T97699648
II.2) Description Lot No. 3
II.2.1) Title: Water Hygiene Management and Planned Maintenance Service
Lot No: 3
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
71600000 - Technical testing, analysis and consultancy services.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The Contractor is required to provide a water hygiene management service and a council staff training programme to ensure the control of Legionella bacteria in water systems in accordance with the revised Approved Code of Practice for the Control of Legionella (ACOP L8). Further information can be found in the tender documentation. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
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: 2,450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
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 proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access Code:6YSY6868AF
II.2) Description Lot No. 4
II.2.1) Title: Planned and Reactive Lift Maintenance Service
Lot No: 4
II.2.2) Additional CPV codes:
50750000 - Lift-maintenance services.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The Contractor is to provide a fully comprehensive, reactive, planned preventative and statutory maintenance and inspection service of the lifts listed in the tender documents. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
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: 910,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
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 proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access code: 79G4E79GD6
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 for further information.
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: 28/08/2019 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: 28/08/2019
Time: 12:15
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. For more information about this opportunity, please visit the Delta e-sourcing portal at: https://www.delta-esourcing.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=398937481
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 councils 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 Councils 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: 25/07/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Richmond upon Thames
44 York Street, Twickenham, TW1 3BZ, United Kingdom
Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.richmond.gov.uk
NUTS Code: UKI75
View any Notice Addenda
UK-London: Building and facilities management services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Wandsworth Borough Council
Town Hall, Wandsworth High Street, Wandsworth, 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
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Building and facilities management services Reference number: CPT2036
II.1.2) Main CPV code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Wandsworth Borough Council and the London Borough of Richmond upon Thames is inviting tenders for the provision of building & facilities management services. The contract is broken down into four (4) lots (Lot 1: Air conditioning, Lot 2: Heating, Lot:3 Water, Lot 4: Lift Maintenance) with a proposed commencement date of 1st April 2020 for a period of five (5) years (60 months) with an option to extend for a period or periods of up to a further two (2) years (24 months).
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 15/08/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 231896
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 25/07/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.7
Place of text to be modified: Not provided
Instead of:
Date: 28/08/2019
Local Time: 12:00
Read:
Date: 16/09/2019
Local Time: 12:00
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta e-sourcing portal at: https://www.delta-esourcing.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=422606299
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
London Borough of Richmond upon Thames
44 York Street, Twickenham, TW1 3BZ, United Kingdom
Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.richmond.gov.uk
NUTS Code: UKI75
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Wandsworth Borough Council
Town Hall, Wandsworth High Street, Wandsworth, 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: Yes
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: Building and facilities management services
Reference number: CPT2036
II.1.2) Main CPV code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond upon Thames invited tenders for the provision of building & facilities management services. The contract was broken down into four (4) lots (Lot 1: Air conditioning, Lot 2: Heating, Lot:3 Water, Lot 4: Lift Maintenance) with a proposed commencement date of 1st April 2020 for a period of five (5) years (60 months) with an option to extend for a period or periods of up to a further two (2) years (24 months).
II.1.6) Information about lots
This contract is divided into lots: Yes
II.2) Description (lot no. 1)
II.2.1) Title:Planned, Preventative and Reactive Maintenance of Air Conditioning Assets
Lot No:1
II.2.2) Additional CPV code(s):
79993000 - Building and facilities management services.
42113130 - Condenser air-cooling systems.
45331230 - Installation work of cooling equipment.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Wandsworth
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The Councils invited tenders for the provision of planned, preventative and reactive maintenance of air conditioning assets. The Contractor shall provide an air conditioning PPM and Reactive Maintenance service to maintain ventilation, comfort cooling and air conditioning systems in relation to the Councils' sites and properties detailed and Described in the tender documents. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
II.2.5) Award criteria:
Quality criterion - Name: quality / Weighting: 20
Cost criterion - Name: Price / Weighting: 80
II.2.11) Information about options
Options: Yes
Description of these options:The proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access code:B43MH38HG5
II.2) Description (lot no. 2)
II.2.1) Title:Planned, Preventative and Reactive Maintenance of Heating Assets
Lot No:2
II.2.2) Additional CPV code(s):
39715000 - Water heaters and heating for buildings; plumbing equipment.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Wandsworth
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The Councils invited tenders for the provision of planned, preventative and reactive maintenance of heating assets. The Assets are oil and gas fired primary heating plants and the contractor will provide PPM servicing of the heating assets as set out in the specification, and a Reactive Maintenance call out service: an adaptable and responsive 24-hour, 365-day Reactive Maintenance service. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 20
Cost criterion - Name: Price / Weighting: 80
II.2.11) Information about options
Options: Yes
Description of these options:The proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access Code:8T97699648
II.2) Description (lot no. 3)
II.2.1) Title:Water Hygiene Management and Planned Maintenance Service
Lot No:3
II.2.2) Additional CPV code(s):
71630000 - Technical inspection and testing services.
71600000 - Technical testing, analysis and consultancy services.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Wandsworth
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The Contractor is required to provide a water hygiene management service and a council staff training programme to ensure the control of Legionella bacteria in water systems in accordance with the revised Approved Code of Practice for the Control of Legionella (ACOP L8). Further information can be found in the tender documentation. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 20
price - Weighting: 80
II.2.11) Information about options
Options: Yes
Description of these options:The proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access Code:6YSY6868AF
II.2) Description (lot no. 4)
II.2.1) Title:Planned and Reactive Lift Maintenance Service
Lot No:4
II.2.2) Additional CPV code(s):
50750000 - Lift-maintenance services.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Wandsworth
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The Contractor is to provide a fully comprehensive, reactive, planned preventative and statutory maintenance and inspection service of the lifts listed in the tender documents. The proposed duration of the contract is five (5) years (60 months commencing on 1st April 2020 with an extension option of a period or periods of up to a further two (2) years (24 months).
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
II.2.11) Information about options
Options: Yes
Description of these options:The proposed duration of the contract is five (5) years (60 months) with the option to extend for a further period or periods of up to two (2) years (24 months).
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 go to: https://www.delta-esourcing.com
Access code: 79G4E79GD6
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: 2019/S 144-355085
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: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 355085
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta e-sourcing portal at: https://www.delta-esourcing.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=462224111
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 councils 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 Councils 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: 08/01/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
London Borough of Richmond upon Thames
44 York Street, Twickenham, TW1 3BZ, United Kingdom
Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.richmond.gov.uk
NUTS Code: UKI75