Construction Tenders

Tue May 21 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Mar 2024

Tender Details
Referenceocds-h6vhtk-044806
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£6,182,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Mar 2024

Tender Details
Referenceocds-h6vhtk-044806
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£6,182,000

Section I: Contracting authority

I.1) Name and addresses

Choice Housing

Leslie Morrell House 37 - 41 May Street

Belfast

BT1 4DN

Contact

etenders NI Messaging Portal

Email

corporate.procurement [at] choice-housing.org

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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

PRN2484 Responsive Maintenance Out of Hours Emergency Works Void Property Works and Adaptations

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Choice Housing Ireland Ltd wished to appoint a suitably qualified contractor for the provision of responsive maintenance, out of hours emergency works, void property works and adaptations. The services are required for the Association’s properties in the west of the province (Lots 3 and 4) and include sheltered, supported and general needs accommodation. Contract core tasks include Responsive Maintenance (including Emergency Works ordered during Normal Working Hours), Out of Hours Emergency Works, Technical Inspections, Handyperson Services, Property Health Checks/MOTs, Mutual Exchanges Electrical Tests, Void Property Works, Communal Mechanical and Electrical Works (including but not limited to; CCTV, communal TV aerials and satellite systems, non-warden call door entry, automatic door openers). Planned maintenance/replacements may be undertaken as discretionary works such as planned revenue and capital works. The service provider will be required to provide the works to the association 24 hours per day, 365 days per year (including all weekends and holiday periods).

II.1.5) Estimated total value

Value excluding VAT: £6,182,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50800000 - Miscellaneous repair and maintenance services
  • 45400000 - Building completion work

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Choice Housing Ireland Ltd wished to appoint a suitably qualified contractor for the provision of responsive maintenance, out of hours emergency works, void property works and adaptations. The services are required for the Association’s properties in the west of the province (Lots 3 and 4) and include sheltered, supported and general needs accommodation. Contract core tasks include Responsive Maintenance (including Emergency Works ordered during Normal Working Hours), Out of Hours Emergency Works, Technical Inspections, Handyperson Services, Property Health Checks/MOTs, Mutual Exchanges Electrical Tests, Void Property Works, Communal Mechanical and Electrical Works (including but not limited to; CCTV, communal TV aerials and satellite systems, non-warden call door entry, automatic door openers). Planned maintenance/replacements may be undertaken as discretionary works such as planned revenue and capital works. The service provider will be required to provide the works to the association 24 hours per day, 365 days per year (including all weekends and holiday periods).

II.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £6,182,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial contract period will be for a 5 year (2+1+1+1) contract term, from date of award.

There may be an option to extend subject to satisfactory performance and overall contract spend.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

15 April 2024

Local time

12:00pm

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

Tender must be valid until: 14 July 2024

IV.2.7) Conditions for opening of tenders

Date

15 April 2024

Local time

12:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

The Royal Courts of Justice in Northern Ireland

Royal Courts of Justice

97 Chichester Street

BT1 3JF

Country

United Kingdom