Tender

Electrical Testing and Inspection Service

  • Woking Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-003305

Procurement identifier (OCID): ocds-h6vhtk-031384

Published 4 February 2022, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Woking Borough Council

Civic Offices, Gloucester Square

Woking

GU21 6YL

Contact

Peter Bird

Email

peter.bird@woking.gov.uk

Telephone

+44 7780600953

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

https://www.woking.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/delta/respondToList.html?accessCode=5594W36MDG

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electrical Testing and Inspection Service

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations
    • KA04 - For electrical installations

two.1.3) Type of contract

Services

two.1.4) Short description

Domestic and Communal Electrical Testing, Emergency Light Testing, Appliance Testing and Remedial Works

two.1.5) Estimated total value

Value excluding VAT: £430,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey
Main site or place of performance

West Surrey

two.2.4) Description of the procurement

Restricted procurement process for the provision of services to undertake domestic and communal electrical testing, emergency light testing, appliance testing and remedial works.The council has 3266 dwellings and associated communal areas within the borough.

two.2.5) Award criteria

Quality criterion - Name: Procedures for booking appointments / Weighting: 19

Quality criterion - Name: Resources to be used to deliver the service / Weighting: 19

Quality criterion - Name: Procedures to maintain safety standards / Weighting: 14

Quality criterion - Name: Method of transferring data to the client / Weighting: 14

Quality criterion - Name: Means of ensuring accuracy in the billing process / Weighting: 4

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £430,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This contract will have an option for extension by a further period of 36 months at the discretion of the client.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Evaluation of the SSQ.

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2022

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 March 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2 years or 5 years if this contract is extended

six.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=663937048

GO Reference: GO-202224-PRO-19595311

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Woking Borough Council

Civic Offices, Gloucester Square

Woking

GU21 6YL

Telephone

+44 1483743491

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Woking Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales, and Northern Ireland)