London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | The Provision of Repair and Maintenance Works to Tenanted Properties (Central Area) |
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 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: | 21/06/2019 09:05 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./GY8YSP8CY2
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: 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.1.5) Estimated total value:
Value excluding VAT: 1,040,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
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 (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:
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2019 / End: 30/09/2021
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: No
Description of options: Not provided
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/GY8YSP8CY2
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: 26/07/2019 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: 26/07/2019
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./GY8YSP8CY2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GY8YSP8CY2
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 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: 21/06/2019
Annex A
View any Notice Addenda
View Award Notice
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