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
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Conditional Survey and Costing of Repair of Housing Stock- Limerick City and County Council.
II.1.2)Main CPV code
71315300
II.1.3)Type of contract
Services
II.1.4)Short description:
In order to plan for this maintenance the Housing Authority requires the undertaking of a comprehensive condition survey of each unit of stock. The full survey must be completed within 12 (twelve) months of contract signing. All units must be surveyed.
In addition to above Limerick City and County Council also require a cost analysis carried out by a quantity surveyor or similarly qualified individual to be provided for each item which requires replacement or repair.
II.1.5)Estimated total value
Value excluding VAT: 1 300 000.00 EUR
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)
70333000
71250000
71324000
71355000
79311000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
In order to plan for this maintenance the Housing Authority requires the undertaking of a comprehensive condition survey of each unit of stock. This survey shall be completed on a portable ICT device and downloaded on a scheduled basis to the Housing Authority ICT system. The full survey must be completed within 12 (twelve) months of contract signing. On that basis it would be expected that the successful tenderer would have multiple inspections ongoing during the contract period. All units must be surveyed, the only exception to this will be permitted where the applicant can demonstrate continued attempts to gain entry and were obstructed at every attempt. Written evidence of the attempts and reason for the obstruction will be required.
In addition to above Limerick City and County Council also require a cost analysis carried out by a quantity surveyor or similarly qualified individual to be provided for each item which requires replacement or repair. This is to be completed once the survey on each house has been finalised and a complete list of defective items are available, in order to provide a cost for maintenance purposes. It is the intention that Limerick City and County Council will use the costing to clarify the overall approximate cost of repair to all houses, the cost for each individual house, the overall cost for a specific set of materials, i.e. the price required to replace or repair all defective windows in the entire housing stock, etc.
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: 1 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: 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:
See attached documents for further information.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
See attached documents for further information.
Minimum level(s) of standards possibly required:
See attached documents for further information.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
See attached documents for further information.
Minimum level(s) of standards possibly required:
See attached documents for further information.
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:
See attached documents for further information.
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: 17/11/2017
Local time: 14:00
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
IV.2.7)Conditions for opening of tenders
Date: 17/11/2017
Local time: 14:00
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:
See attached documents for further information.
VI.4)Procedures for review
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:
03/10/2017