Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
CT029 — Asbestos Surveying Services 2017.
II.1.2)Main CPV code
71315100
II.1.3)Type of contract
Services
II.1.4)Short description:
The Housing Executive wishes to procure suitably qualified and competent persons to provide asbestos surveys to Housing Executive's properties across the whole of Northern Ireland. The services will be split into 3 Lot contracts for the Belfast Region, the South Region and the North region. The properties are a combination of the following :- — Domestic Properties — Internal and external common parts. including landings, hallways, lift shafts, plant rooms, stores, bin stores, land, refuse chambers.; — Managed leasehold Properties; — Commercial Properties; — Hostel accommodation — Community lets — Private/ other social landlord Properties — Garages — Business premises, stores and offices, including the Employers Direct Labour Organisation's depots.
II.1.5)Estimated total value
Value excluding VAT: 10 050 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.2)Additional CPV code(s)
71315100
II.2.3)Place of performance
NUTS code: UKN
II.2.4)Description of the procurement:
The Housing Executive wishes to procure suitably qualified and competent persons to provide asbestos surveys to Housing Executive's properties across the whole of Northern Ireland. The services will be split into 3 Lot contracts for the Belfast Region, the South Region and the North region. The properties are a combination of the following :- — Domestic Properties — Internal and external common parts. including landings, hallways, lift shafts, plant rooms, stores ,bin stores, land, refuse chambers. ; — Managed leasehold Properties; — Commercial Properties; — Hostel accommodation — Community lets — Private/ other social landlord Properties — Garages — Business premises, stores and offices, including the Employers Direct Labour Organisation's depots.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 4 900 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 20
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
There is an option to extend the contract for a further 4 x 1 year periods or part thereof.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.2)Additional CPV code(s)
71315100
II.2.3)Place of performance
NUTS code: UKN
II.2.4)Description of the procurement:
The Housing Executive wishes to procure suitably qualified and competent persons to provide asbestos surveys to Housing Executive's properties across the whole of Northern Ireland. The services will be split into 3 Lot contracts for the Belfast Region, the South Region and the North region. The properties are a combination of the following :- — Domestic Properties — Internal and external common parts. including landings, hallways, lift shafts, plant rooms, stores ,bin stores, land, refuse chambers.; — Managed leasehold Properties; — Commercial Properties; — Hostel accommodation — Community lets — Private/ other social landlord Properties — Garages — Business premises, stores and offices, including the Employers Direct Labour Organisation's depots.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 5 150 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 20
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
There is an option to extend the contract for a further 4 x 1 year periods or part thereof.
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/02/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Tender must be valid until: 06/08/2017
IV.2.7)Conditions for opening of tenders
Date: 07/02/2017
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice
Chichester Street
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/01/2017