Section one: Contracting authority
one.1) Name and addresses
Woking Borough Council
Civic Offices, Gloucester Square
Woking
GU21 6YL
Contact
Peter Bird
Telephone
+44 07780600953
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
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
https://www.delta-esourcing.com
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
Responsive Maintenance and Void Property Works Plus Gas Heating Maintenance (Domestic and Communal)
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Responsive Maintenance and Void Property Works Plus Gas Heating Maintenance (Domestic and Communal)
two.1.5) Estimated total value
Value excluding VAT: £11,900,000
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
Responsive repairs and maintenance to local authority owned social housing and associated communal facilities, including gas, electrical, plumbing, carpentry, and associated trades. The work includes works to occupied and void properties; call handling; in hours and out of hours service delivery and emergency, urgent and routine services.
two.2.5) Award criteria
Quality criterion - Name: Customer Care / Weighting: 150
Quality criterion - Name: Quality of Works / Weighting: 65
Quality criterion - Name: Management of Works / Weighting: 130
Quality criterion - Name: IT Systems / Weighting: 130
Quality criterion - Name: Collaborative Working / Weighting: 100
Quality criterion - Name: Health and Safety / Weighting: 50
Quality criterion - Name: Commercial Management / Weighting: 75
Price - Weighting: 300
two.2.6) Estimated value
Value excluding VAT: £11,900,000
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
The contract may be renewed for two periods of two years each at the absolute 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 Standard Selection Questionnaire Exclusion Grounds (Part 2) responses and the Selection Questions (Part 3).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There are two pricing models in the tender documentation. The first includes void works being carried out on the basis of the Schedule of Rates and the second includes void works being carried out on a price per property basis based on property types.
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/FKA522N2H4
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
Electrical works require registration with NICEIC or equivalent body.
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
6 September 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 September 2021
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: Yes
Estimated timing for further notices to be published: 3 years, 5 years or 7 years dependent upon renewals of this contract
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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/FKA522N2H4
GO Reference: GO-202189-PRO-18705997
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 03450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
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)