loading
  • GB-BT1 4DN Belfast
  • 27.02.2017
  • Ausschreibung
  • (ID 2-255762)

PF16-030 Multi Element Improvements Fountain Court, Downpatrick


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.02.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Altlastensanierung / Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    — 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.
    Adresse des Bauherren UK-BT1 4DN Belfast
    TED Dokumenten-Nr. 49121-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Building construction work

      2017/S 028-049121

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Choice Housing Ireland Limited (and its subsidiaries)
      37-41 May Street
      Belfast
      BT1 4DN
      United Kingdom
      Contact person: Procurement Manager — Kiara Dryden
      Telephone: +44 2890441317
      E-mail: MjEwWWVkamhXWWppNlleZV9ZWyNeZWtpX2RdJGVoXQ==
      NUTS code: UKN

      Internet address(es):

      Main address: http://www.choice-housing.org/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.choice-housing.org/work-with-us/tenders
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 09.02.2017
Zuletzt aktualisiert 09.02.2017
Wettbewerbs-ID 2-255762 Status Kostenpflichtig
Seitenaufrufe 52