CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 030-053402/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Works
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Choice Housing Ireland Limited (and its subsidiaries)
Postal address: 37-41 May Street
Town: Belfast
Postal code: BT1 4DN
Country: United Kingdom
Contact Person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
Email: contracts@choice-housing.org
Nuts code: UKN
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
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: PF16-031 Multi Element Improvements Ava / Kimberley Street, Belfast.

Reference number: PRN 559
II.1.2) Main CPV code: 45210000
II.1.3) Type of contract: Works
II.1.4) Short Description: Choice Housing Ireland wish to engage the services of a suitably experienced and competent main contractor to undertake the Multi Element Improvement (MEI) Works at Ava Street, Ava Drive and Kimberley Street, Belfast. The scheme comprises 18 traditionally constructed 2 and 3 bedroom terrace houses and 5 flats, all providing general needs accommodation. All properties are currently occupied.
II.1.5) Estimated total value:
Value excluding VAT: 90000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45261320, 45421151, 45451000, 45315000, 45351000, 45310000, 45211310

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
The Association’s asset management systems have identified the following building components which are falling due for replacement/upgrade. Individual kitchen and bathroom replacements including mechanical ventilation upgrades. Replacement front and rear external doors. External redecoration of all previously painted surfaces, including timber fencing and metal railings. A number of felt roofs and rainwater goods are due to be replaced. M&E works include; individual central heating boiler upgrades, both oil and gas; and rewiring of electrical installations. The initial works duration estimate for the project is 10 weeks.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 90000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 3
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:To be detailed in the procurement documentation.
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:
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-03-03 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The cost of responding to the Pre-Qualification Package (PQQP) and any subsequent tender information and/or participation exercise in the procurement process generally will be borne solely by the economic operator participating. A Memorandum of Information and Pre-Qualification Questionnaire Package (PQQP)is available in respect of the project referred to in Section I) above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussions and correspondence will be deemed strictly ‘Subject to Contract’ until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties. Any date given in Section IV) above is a best estimate at the time of dispatch. The Contracting Authority reserves the right to extend any such date. Neither the publication of this Notice nor the employment of any particular terminology or any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by Directive 2014/24/EU of the European Parliament and of the Council (as Amended) as implemented by the Public Contracts Regulations 2015.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-02-09

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking