Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Soha Housing Ltd
National registration number: United Kingdom
Postal address: 99 Station Road
Town: Didcot
NUTS code:
UKJ1 Berkshire, Buckinghamshire and OxfordshirePostal code: OX11 7NN
Country: United Kingdom
Contact person: Lee Hayward
E-mail:
lhayward@soha.co.ukTelephone: +44 1235515972
Internet address(es): Main address:
https://soha.co.ukAddress of the buyer profile:
https://soha.co.uk I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Soha Repair Contract 2021
II.1.2)Main CPV code50000000 Repair and maintenance services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 8 100 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
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 wall-papering work
50700000 Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations
II.2.3)Place of performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 8 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 invitedEnvisaged number of candidates: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 registersList 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 standingList 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 and Bradstreet failure rating.
Minimum level(s) of standards possibly required:
Bidders annual turnover required to be in excess of GBP 10 000 000 (ten million Pounds) per year for the past 3 financial years.
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 20/10/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Crown Commercial Services
Postal address: 151 Buckingham Palace Rd, Victoria
Town: London
Postal code: SW1 9SZ
Country: United Kingdom
VI.5)Date of dispatch of this notice:17/09/2020