Soha Housing Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Soha Repair Contract 2021 |
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 agreement for the provision of a general repairs service including responsive repairs, void property work and emergency repairs (including out of hours) to approximately 7,000 homes in Oxfordshire and the surrounding districts. The Contract also includes for the planned refurbishment of a number of kitchens and bathrooms in unoccupied properties and some planned plastering work in occupied and unoccupied properties. The Contract term shall initially be 36 months from the start of work however the term maybe extended at Soha's absolute discretion by up to a further 24 months. |
Published: | 17/09/2020 10:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Soha Housing Ltd, United Kingdom
99 Station Road, Didcot, OX11 7NN, United Kingdom
Tel. +44 1235515972, Email: lhayward@soha.co.uk
Contact: Lee Hayward
Main Address: https://soha.co.uk, Address of the buyer profile: https://soha.co.uk
NUTS Code: UKJ1
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./JNV48E47Z7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Soha Repair Contract 2021
Reference Number: Not provided
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Soha is seeking to enter into a single contract agreement for the provision of a general repairs service including responsive repairs, void property work and emergency repairs (including out of hours) to approximately 7,000 homes in Oxfordshire and the surrounding districts. The Contract also includes for the planned refurbishment of a number of kitchens and bathrooms in unoccupied properties and some planned plastering work in occupied and unoccupied properties. The Contract term shall initially be 36 months from the start of work however the term maybe extended at Soha's absolute discretion by up to a further 24 months.
II.1.5) Estimated total value:
Value excluding VAT: 8,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
45000000 - Construction work.
45261900 - Roof repair and maintenance work.
45262500 - Masonry and bricklaying work.
45262660 - Asbestos-removal work.
45342000 - Erection of fencing.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45432200 - Wall-covering and wallpapering work.
50700000 - Repair and maintenance services of building installations.
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: Soha is seeking to enter into a single contract agreement for the provision of a general repairs service including responsive repairs, void property work and emergency repairs (including out of hours) to approximately 7,000 homes in Oxfordshire and the surrounding districts. The Contract also includes for the planned refurbishment of a number of kitchens and bathrooms in unoccupied properties and some planned plastering work in occupied and unoccupied properties. The Contract term shall initially be 36 months from the start of work however the term maybe extended at Soha's absolute discretion by up to a further 24 months.
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: 8,100,000
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: The Employer shall have an option to extend the Contract Period by up to a further 2 years, subject to provisions contained within the Contract for earlier determination and subject to continued satisfactory performance, by mutual agreement with the Contractor.
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: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Employer shall have an option to extend the Contract Period by up to a further 2 years, subject to provisions contained within the Contract for earlier determination and subject to continued satisfactory performance, by mutual agreement with the Contractor.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JNV48E47Z7
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:
Economic Operators must be able to demonstrate they have successful relevant current or recent experience of delivering Contracts of a similar size and type. They must also be Gas Safe Register and NICEIC accredited.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders are required to complete the Contracting Authority's Selection Questionnaire (SQ) which can be obtained form the address in section I.3. 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 e) Dun & Bradstreet failure rating
Minimum level(s) of standards possibly required (if applicable) :
Bidders annual turnover required to be in excess of £10,000,000 (ten million pounds) per year for the past 3 financial years.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: 20/10/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/11/2020
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./JNV48E47Z7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JNV48E47Z7
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:
Crown Commercial Services
151 Buckingham Palace Rd, Victoria, London, SW1 9SZ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 17/09/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Soha Housing Ltd, United Kingdom
99 Station Road, Didcot, OX11 7NN, United Kingdom
Tel. +44 1235515972, Email: lhayward@soha.co.uk
Contact: Lee Hayward
Main Address: https://soha.co.uk, Address of the buyer profile: https://soha.co.uk
NUTS Code: UKJ1
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Soha Repair Contract 2021
Reference number: Not Provided
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Soha is seeking to enter into a single contract agreement for the provision of a general repairs service including responsive repairs, void property work and emergency repairs (including out of hours) to approximately 7,000 homes in Oxfordshire and the surrounding districts. The Contract also includes for the planned refurbishment of a number of kitchens and bathrooms in unoccupied properties and some planned plastering work in occupied and unoccupied properties. The Contract term shall initially be 36 months from the start of work however the term maybe extended at Soha's absolute discretion by up to a further 24 months.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 8,700,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
45000000 - Construction work.
45261900 - Roof repair and maintenance work.
45262500 - Masonry and bricklaying work.
45262660 - Asbestos-removal work.
45342000 - Erection of fencing.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45432200 - Wall-covering and wallpapering work.
50700000 - Repair and maintenance services of building installations.
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance
Nuts code:
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance:
Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of the procurement: Soha is seeking to enter into a single contract agreement for the provision of a general repairs service including responsive repairs, void property work and emergency repairs (including out of hours) to approximately 7,000 homes in Oxfordshire and the surrounding districts. The Contract also includes for the planned refurbishment of a number of kitchens and bathrooms in unoccupied properties and some planned plastering work in occupied and unoccupied properties. The Contract term shall initially be 36 months from the start of work however the term maybe extended at Soha's absolute discretion by up to a further 24 months.
II.2.5) Award criteria:
Quality criterion - Name: Health and Safety / Weighting: 6
Quality criterion - Name: Customer care and quality of work / Weighting: 21
Quality criterion - Name: Management/ Supervisory structure 25% / Weighting: 15
Quality criterion - Name: IT systems / Weighting: 9
Quality criterion - Name: Proposals for working together effectively / Weighting: 9
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:The Employer shall have an option to extend the Contract Period by up to a further 2 years, subject to provisions contained within the Contract for earlier determination and subject to continued satisfactory performance, by mutual agreement with the Contractor.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JNV48E47Z7
Section IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 184-445417
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/02/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MD Building Services Ltd, 03556815
The Malt House, Durnford Street, Ashton, Bristol, BS3 2AW, United Kingdom
Tel. +44 1179664466
Internet address: www.mdgroup.co.uk
NUTS Code: UKJ1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,700,000
Total value of the contract/lot: 8,700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 15%
Short description of the part of the contract to be subcontracted:
Roofing, electrical, drainage, pest control, gas.
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=569423694
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
151 Buckingham Palace Rd, Victoria, London, SW1 9SZ, United Kingdom
VI.5) Date of dispatch of this notice: 11/02/2021