Section one: Contracting authority
one.1) Name and addresses
Woking Borough Council
Civic Offices, Gloucester Square
Woking
GU21 6YL
Contact
Peter Bird
Telephone
+44 7780600953
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
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
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)