Section one: Contracting authority
one.1) Name and addresses
Soha Housing Ltd
99 Station Road, Didcot
Didcot
OX11 7NN
Contact
Richard Smith
Telephone
+44 1235515900
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electrical Testing & Maintenance Contract 2022
two.1.2) Main CPV code
- 50711000 - Repair and maintenance services of electrical building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Soha is seeking to enter into a single contract to carry out Electric Installation Condition Reports (EICR's) and maintenance, to electrical circuits to approx. 1100-1400 properties per annum. The properties are located in Oxfordshire and surrounding areas. Soha will enter into a 3 year contract which will be renewed subject to performance up to a total of 5 years.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
Soha is seeking to enter into a single contract to carry out Electric Installation Condition Reports (EICR's) and maintenance, to electrical circuits to approx. 1100-1400 properties per annum. The properties are located in Oxfordshire and surrounding areas. Soha will enter into a 3 year contract which will be renewed subject to performance up to a total of 5 years
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Soha Housing Ltd will enter into a 3 year contract which may be extended for a further 2 years, up to a total of 5 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
All details within the Selection Questionnaire (SQ).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Soha Housing Ltd will enter into a 3 year contract which may be extended for a further 2 years, up to a total of 5 years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders will be required to be NICEIC accredited (or equivalent).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be expected to complete the Contracting Authority's Selection Questionnaire (SQ) . The Company is to provide financial information which will be assessed in terms of the following: a) Annual Turnover b) Profitability and profit history c) Strength of balance sheet and liquidity d) Abnormalities or concerns.
Minimum level(s) of standards possibly required
Bidders annual turnover to be in excess of £1,600,000 per year for the past 3 financial years.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders to respond in full to all questions set out in the Contracting Authority's Selection Questionnaire.
Minimum level(s) of standards possibly required
Bidders will be required to be NICEIC accredited (or equivalent).
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Bidders will be required to be NICEIC accredited (or equivalent).
three.2.2) Contract performance conditions
All details contained within the Contract 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 July 2021
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HJQ84M3DV9
GO Reference: GO-2021611-PRO-18387363
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom