Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southern Housing
59-61 Clerkenwell Road
London
EC1M 5LA
UK
Contact person: Kim Newman
Telephone: +44 7725205438
E-mail: kim.newman@southernhousing.org.uk
NUTS: UKI
Internet address(es)
Main address: http://www.southernhousing.org.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.mytenders.co.uk
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
Lift Servicing and Maintenance Services
II.1.2) Main CPV code
50750000
II.1.3) Type of contract
Services
II.1.4) Short description
Lift Servicing and Maintenance Services to communal and domestic lifts across the Southern Housing portfolio of properties
II.1.5) Estimated total value
Value excluding VAT:
11 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
South Region - Lift Servicing and Maintenance Services
II.2.2) Additional CPV code(s)
42416100
42416120
42416130
42419510
44115600
50750000
42416300
II.2.3) Place of performance
NUTS code:
UKJ2
UKJ4
UKJ13
Main site or place of performance:
West Sussex, East Sussex, Kent, Guildford and Buckinghamshire.
II.2.4) Description of the procurement
Lift Servicing and Maintenance Services to South Region of Southern Housing portfolio of properties covering West Sussex, East Sussex, Kent, Guildford and Buckinghamshire.
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:
5 265 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for a period of five years with the option for renewal, as decided by Southern Housing, by extension of a further four years in two year increments. The maximum duration of the contract is therefore nine years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 2
II.2.1) Title
North Region - Lift Servicing and Maintenance Services
II.2.2) Additional CPV code(s)
42416100
42416120
42416130
42419510
44115600
50750000
42416300
II.2.3) Place of performance
NUTS code:
UKI
UKI62
UKJ11
UKH3
UKJ25
UKJ26
Main site or place of performance:
Croydon, London, Reading, Essex and Surrey.
II.2.4) Description of the procurement
Lift Servicing and Maintenance Services to North Region of Southern Housing portfolio of properties covering Croydon, London, Reading, Essex and Surrey.
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:
6 435 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: Yes
Description of renewals:
The contract will run for a period of five years with the option for renewal, as decided by Southern Housing, by extension of a further four years in two year increments. The maximum duration of the contract is therefore nine years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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 participate
Date:
15/04/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 180 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/04/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231585.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231585)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
15/03/2024