Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional 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 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:
PF16-030 Multi Element Improvements Fountain Court, Downpatrick.
Reference number: PRN 576
II.1.2)Main CPV code
45210000
II.1.3)Type of contract
Works
II.1.4)Short description:
Choice Housing Ireland wish to engage the services of a suitably experienced and competent main contractor to undertake the Multi Element Improvement (MEI) Works at Fountain Court, Downpatrick. Fountain Court was constructed in 2002 by Ulidia HA, and comprises 16 ground and first floor flats and 12 semi-detached and terraced houses all providing general needs accommodation.
II.1.5)Estimated total value
Value excluding VAT: 29 005.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45350000
45430000
45261320
90722200
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
— Upgrade individual kitchens to all properties. Including improved mechanical ventilation and provision of and external water taps where feasible.
— Replacement of existing external hardwood 4 panel doors and frames both front and rear. New composite door sets to be ‘Secure By Design’ certified.
— External redecoration of all previously painted surfaces, including timber fencing / gates and metal railings / gates. (Pre paint repairs to be undertaken at various locations).
— Cleaning all PVCu items including rain water goods, fascia, window frames and front door canopies.
— Building and boundary walls to be cleaned to remove moss and algae growth.
— Repairs / improved falls and drainage to external hard surfaces including paths /driveways and parking areas. TransportNI recommendations to be incorporated in scheme design to facilitate application to have roads adopted.
— OFCH boiler house refurbishment or replacement to be included.
II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 129 005.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 3
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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
List and brief description of conditions:
To be detailed in the procurement documentation.
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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
Restricted 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: no
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: 27/02/2017
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
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:
The cost of responding to the Pre-Qualification Package (PQQP) and any subsequent tender information and/or participation exercise in the procurement process generally will be borne solely by the economic operator participating. A Memorandum of Information and Pre-Qualification Questionnaire Package (PQQP) is available in respect of the project referred to in Section I) above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussions and correspondence will be deemed strictly ‘Subject to Contract’ until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties. Any date given in Section IV) above is a best estimate at the time of dispatch. The Contracting Authority reserves the right to extend any such date. Neither the publication of this Notice nor the employment of any particular terminology or any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by Directive 2014/24/EU of the European Parliament and of the Council (as Amended) as implemented by the Public Contracts Regulations 2015.
VI.4)Procedures for review
VI.4.1)Review body
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.2)Body responsible for mediation procedures
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.5)Date of dispatch of this notice:
08/02/2017