Awarded contract

Renewal of Kitchens and Bathrooms to Tenanted Dwellings (Boroughwide) — Phase 9 and 10

  • London Borough of Wandsworth

F03: Contract award notice

Notice reference: 2021/S 000-004215

Published 3 March 2021, 9:32am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Contact

Ishmam Choudhury

Email

ishmam.choudhury@richmondandwandsworth.gov.uk

Telephone

+44 2088715021

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

http://www.wandsworth.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Renewal of Kitchens and Bathrooms to Tenanted Dwellings (Boroughwide) — Phase 9 and 10

Reference number

CPT/2120

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,200,000

two.2) Description

two.2.1) Title

Kitchen and Bathroom Renewals - Phase 9

Lot No

Phase 9

two.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

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.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.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

Phase 10

two.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

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.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.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 087-208418


Section five. Award of contract

Lot No

1

Title

Phase 9

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 January 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

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

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Durkan Limited

Durkan Limited, Elstree Way

Hertfordsgire

WD6 1JD

Email

bid.team@durkan.co.uk

Telephone

+44 2086199700

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
National registration number

997195

Internet address

https://www.durkan.co.uk/

The contractor is an SME

No

five.2.4) Information on value of 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


Section five. Award of contract

Lot No

2

Title

Phase 10

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

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

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Amber Construction Services Ltd

Unit 5 Rippleside Commercial Estate

Barking

IG11 0RJ

Email

bids@amberconstruction.com

Telephone

+44 2085925699

Country

United Kingdom

NUTS code
  • UKI52 - Barking & Dagenham and Havering
National registration number

418 4802

The contractor is an SME

Yes

five.2.4) Information on value of 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


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=575269532

GO Reference: GO-202132-PRO-17869393

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

London

Country

United Kingdom