London Boroughs of Richmond and Wandsworth: The Provision of Repair and Maintenance Works to Tenanted Properties (Central Area)

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

Notice Summary
Title: The Provision of Repair and Maintenance Works to Tenanted Properties (Central Area)
Notice type: Contract Award 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 the central area repairs tenanted contract 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.Repairs and maintenance works are to be carried out within defined priority timescale categories and Tenderers 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: 21/09/2020 13:20

View Full Notice

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

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wandsworth Borough Council
       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: The Provision of Repair and Maintenance Works to Tenanted Properties (Central Area)            
      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 the central area repairs tenanted contract 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.Repairs and maintenance works are to be carried out within defined priority timescale categories and Tenderers 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: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,040
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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 (area overview in Appendix 3 of 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:
                  
      Cost criterion - Name: price / Weighting: 80
      Cost criterion - Name: quality / Weighting: 20
            

      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: 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 120-294258
      
   

   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: CPT2248    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/10/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MNM Property Services Ltd, 03117531
             97 Judd St, London, WC1H 9JG, United Kingdom
             Tel. +44 2084381852
             Internet address: https://mnm-properties.co.uk/
             NUTS Code: UKI
            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: 1,119,800          
         Total value of the contract/lot: 1,119,800
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=447903988

   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 aspossible 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 thecontract 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: 21/09/2020




View any Notice Addenda

View Award Notice