Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
UK
Contact person: CHRISTOPHER BROWN
E-mail: CHRISTOPHER.BROWN@NIHE.GOV.UK
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: 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/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CTO139 - CONTRACT FOR RESPONSE MAINTENANCE AND IMPROVEMENT – NORTH REGION WEST AND CAUSEWAY AREA
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
In accordance with the Procurement Policy Note 01/21 – Scoring Social Value, this Contract will deliver measurable social value outcomes. Under this Procurement the Economic Operators will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and/or Award Criteria may relate, in particular, to social value. This requirement is for response maintenance and improvement works. This includes, inter alia: responsive and emergency repairs on a 24/7/365(6) basis to occupied and void properties, pest control services, commercial, fire safety and civil engineering works. Scope also includes for ad hoc demolition work and installation of bathrooms, kitchens and rewiring. The scope of this Contract will include new Task Orders relating to response maintenance and improvement works in Coleraine for a period of time at the Contracting Authority's sole discretion; refer to Invitation to Tender document for more information.
II.1.5) Estimated total value
Value excluding VAT:
73 520 623.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45215210
45211300
45210000
45211340
45211000
45421151
45211310
45261900
45262660
45110000
45340000
45312100
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
In accordance with the Procurement Policy Note 01/21 – Scoring Social Value, this Contract will deliver measurable social value outcomes. Under this Procurement the Economic Operators will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and/or Award Criteria may relate, in particular, to social value. This requirement is for response maintenance and improvement works. This includes, inter alia: responsive and emergency repairs on a 24/7/365(6) basis to occupied and void properties, pest control services, commercial, fire safety and civil engineering works. Scope also includes for ad hoc demolition work and installation of bathrooms, kitchens and rewiring. The scope of this Contract will include new Task Orders relating to response maintenance and improvement works in Coleraine for a period of time at the Contracting Authority's sole discretion; refer to Invitation to Tender document for more information.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Questionnaire
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
73 520 623.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A new procurement competition may be run prior to the end of this Contract.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Refer to Tender Documents.
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
The estimated value shown in sections II.1.5 and II.2.6 represents the estimated value made up of the. full anticipated duration of the Contract inclusive of the initial Service Period, the potential extension options, demolition and contingency percentages. The estimated values shown herein are therefore NOT annual values.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to the Selection Questionnaire Pack for further information
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to the Selection Questionnaire Pack for further information
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to Document Pack for further information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
12/04/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
12/10/2024
IV.2.7) Conditions for opening of tenders
Date:
12/04/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
If you are interested in tendering, and you have not already done so, you must register with: https://etendersni.gov.uk/epps/home.do. Tenders will ONLY be accepted if submitted through eTendersNI and no tender documentation will be provided via email. eTendersNI is not a Housing Executive managed system. Should you experience any difficulties or have any questions regarding the system, please contact the eTendersNI help desk.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Chichester Street
Belfast
UK
VI.5) Date of dispatch of this notice
07/03/2024