Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about 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 authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
R0003 Water Hygiene Services Contract
Reference number: R0003
II.1.2)Main CPV code71630000
II.1.3)Type of contractServices
II.1.4)Short description:
Radius Housing association is seeking to appoint a contractor to provide a comprehensive Water hygiene services contract for approximately 220 Social housing sites across Northern Ireland. The Contract period will be for a maximum of 5 years duration. The Contract will include an option to be extended at the end of year 3 for a further 1+1 year period at the sole discretion of the Employer. The association has previously completed full risk assessments for the affected properties. Fully compliant legionella risk assessments will be required at the end of year 1 on all of the 220 sites. The contractor must also make provision to provide the services for new buildings constructed or acquired by the association throughout the contract period that will require a programme of essential inspection, monitoring / testing / recording and planned preventative maintenance works.
II.1.5)Estimated total valueValue excluding VAT: 1 200 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71600000
II.2.3)Place of performanceNUTS code: UKN
II.2.4)Description of the procurement:
Radius Housing association is seeking to appoint a contractor to provide a comprehensive Water hygiene services contract for approximately 220 Social housing sites across Northern Ireland. The Contract period will be for a maximum of 5 years duration. The Contract will include an option to be extended at the end of year 3 for a further 1+1 year period at the sole discretion of the Employer. The association has previously completed full risk assessments for the affected properties. Fully compliant legionella risk assessments will be required at the end of year 1 on all of the 220 sites. The contractor must also make provision to provide the services for new buildings constructed or acquired by the association throughout the contract period that will require a programme of essential inspection, monitoring / testing / recording and planned preventative maintenance works.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
The service period is for an initial term of 36 months with 2 optional extensions of up to 12 months each, at the Contract authorities discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The service period is for an initial term of 36 months with 2 optional extensions of up to 12 months each, at the Contract authorities discretion.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The contractor's performance will be regularly monitored using Key Performance indicators.
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 registersList and brief description of conditions:
As stated in the tender documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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:
The contractor's performance will be regularly monitored using Key performance indicators.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 participateDate: 30/07/2018
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 tenderTender must be valid until: 28/10/2018
IV.2.7)Conditions for opening of tendersDate: 30/07/2018
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Courts of Justice in Northern Ireland
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:13/06/2018