Soha Housing Ltd: Electrical Testing & Maintenance Contract 2022

  Soha Housing Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electrical Testing & Maintenance Contract 2022
Notice type: Contract Notice
Authority: Soha Housing Ltd
Nature of contract: Services
Procedure: Restricted
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.
Published: 11/06/2021 13:31
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Didcot: Repair and maintenance services of electrical building installations.
Section I: Contracting Authority
      I.1) Name and addresses
             Soha Housing Ltd
             99 Station Road, Didcot, Didcot, OX11 7NN, United Kingdom
             Tel. +44 1235515900, Email: rsmith@soha.co.uk
             Contact: Richard Smith
             Main Address: www.soha.co.uk, Address of the buyer profile: www.soha.co.uk
             NUTS Code: UKJ14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Didcot:-Repair-and-maintenance-services-of-electrical-building-installations./HJQ84M3DV9
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Didcot:-Repair-and-maintenance-services-of-electrical-building-installations./HJQ84M3DV9 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Electrical Testing & Maintenance Contract 2022       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50711000 - Repair and maintenance services of electrical building installations.

      II.1.3) Type of contract: SERVICES
      II.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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of 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
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 800,000       
      Currency: GBP       
      II.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.
      II.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).
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.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.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.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).    
      III.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 (if applicable) :       
      Bidders annual turnover to be in excess of £1,600,000 per year for the past 3 financial years.    
      III.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 (if applicable) :          
      Bidders will be required to be NICEIC accredited (or equivalent).
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.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).    
      III.2.2) Contract performance conditions       
      All details contained within the Contract documents.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/07/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.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:
https://www.delta-esourcing.com/tenders/UK-UK-Didcot:-Repair-and-maintenance-services-of-electrical-building-installations./HJQ84M3DV9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HJQ84M3DV9
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 11/06/2021

Annex A


View any Notice Addenda

View Award Notice