Legal Basis:
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:
R0013D — Professional Services Framework for Building Surveying Services in connection with Damp Remedial Measures
II.1.2)Main CPV code71315300
II.1.3)Type of contractServices
II.1.4)Short description:
Radius Housing Association intends to appoint up to a Building surveyor led integrated design team to a Framework Agreement to provide construction related professional services for works to remedy Damp penetration is its properties together with other Sundry services / Ad-hoc works as described in the Invitation to tender documentation. Please note that this is one of a number of Planned maintenance Framework Agreements which the Contracting Authority intends to award.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 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)71315300
II.2.3)Place of performanceNUTS code: UKN
II.2.4)Description of the procurement:
Radius Housing Association intends to appoint up to a Building surveyor led integrated design team to a Framework Agreement to provide construction related professional services for works to remedy Damp penetration is its properties together with other Sundry services / Ad-hoc works as described in the Invitation to tender documentation. Please note that this is one of a number of Planned Maintenance Framework Agreements which the Contracting Authority intends to award.
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: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Award will be for an initial period of 2 years with the option to extend for 2 further 1 year periods. Progression to these subsequent years will be subject to meeting the performance requirements detailed within the Tender documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Award will be for an initial period of 2 years with the option to extend for 2 further 1 year periods. Progression to these subsequent years will be subject to meeting the performance requirements detailed within the Tender documents.
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
Please note that this is one of a number of Planned maintenance Framework Agreements which the Contracting Authority intends to award. In particular an Economic operator who is appointed to the Project management and quantity surveying Framework will not be entitled to be appointed any other planned maintenance Framework.
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 standingList and brief description of selection criteria:
As stated in the Tender documents.
Minimum level(s) of standards possibly required:
As stated in the Tender documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
As stated in the Tender documents.
Minimum level(s) of standards possibly required:
As stated in the Tender 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:
As stated in the Tender documents.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing 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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 10/09/2018
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: 08/01/2019
IV.2.7)Conditions for opening of tendersDate: 10/09/2018
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 Justive 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:07/08/2018