Contract notice

Information

Published

Date of dispatch of this notice: 05/07/2019

Expire date: 19/08/2019

External Reference: 2019-297863

TED Reference: 2019/S 130-319387

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cluid Housing Association
N/A
159 - 161 Sheriff Street Upper
Dublin
Dublin 1
IE
Contact person: Amy Ofarrell
Telephone: +353 17072088
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=149965&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Reactive Repairs and Maintenance works for Residential Properties Tender
Reference number:  2019/1
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Clúid Housing are seeking to establish single party framework agreements for the provision of reactive repairs and maintenance works in 3 Lots to cover the full geographic area of the Republic of Ireland,
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers may apply for more than one Lot. However, the Contracting Authority reserve the right to determine the tenderers suitability and capacity to successfully deliver the services required if applying for multiple Lots. The Contracting Authority reserve the right to seek additional information from Tenderers, as required.
II.2)

Description

II.2.1)

Title

Southern Region
Lot No:  1
II.2.2)

Additional CPV code(s)

45261900  -  Roof repair and maintenance work
45311100  -  Electrical wiring work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45330000  -  Plumbing and sanitary works
45420000  -  Joinery and carpentry installation work
45442110  -  Painting work of buildings
50720000  -  Repair and maintenance services of central heating
70331000  -  Residential property services
77314000  -  Grounds maintenance services
79931000  -  Interior decorating services
II.2.3)

Place of performance

Main site or place of performance:  
Cork, Kerry, Limerick, Waterford, Tipperary, Kilkenny, Carlow
II.2.4)

Description of the procurement

Establishment of a Single Party Framework Agreement for Reactive Repairs and Maintenance Works for Residential properties
Lot 1 Southern Region (includes Cork, Kerry, Limerick, Tipperary, Waterford, Kilkenny, Carlow)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1. Building Maintenance and Fabric Works
2. Plumbing, Drainage and Gas repairs and minor works
3. Electrical repairs and minor works
4. Full scope of services to refurbish void properties
5. Reactive estate maintenance, cleaning and minor works
6. Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for two (2) years with the option to extend for further two (2) years up to a maximum of four (4) years, subject to satisfactory performance, business needs and budgetary constraints. Please note contracts may extend outside the framework period.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each Lot will be shortlisted and Invited to Tender, subject to that number meeting the minimum pre-qualification requirements
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
II.2)

Description

II.2.1)

Title

Eastern Region
Lot No:  2
II.2.2)

Additional CPV code(s)

45261900  -  Roof repair and maintenance work
45311100  -  Electrical wiring work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45330000  -  Plumbing and sanitary works
45420000  -  Joinery and carpentry installation work
45442110  -  Painting work of buildings
50720000  -  Repair and maintenance services of central heating
70331000  -  Residential property services
77314000  -  Grounds maintenance services
79931000  -  Interior decorating services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin,Wicklow, Kildare, Louth, Meath and Monaghan
II.2.4)

Description of the procurement

Establishment of a Single Party Framework Agreement for Reactive Repairs and Maintenance Works for Residential properties
Lot 2 Eastern Region (includes Dublin, Wicklow, Kildare, Louth, Meath and Monaghan)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1. Building Maintenance and Fabric Works
2. Plumbing, Drainage and Gas repairs and minor works
3. Electrical repairs and minor works
4. Full scope of services to refurbish void properties
5. Reactive estate maintenance, cleaning and minor works
6. Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for two (2) years with the option to extend for further two (2) years up to a maximum of four (4) years, subject to satisfactory performance, business needs and budgetary constraints. Please note contracts may extend outside the framework period.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each Lot will be shortlisted and Invited to Tender, subject to that number meeting the minimum pre-qualification requirements.
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
II.2)

Description

II.2.1)

Title

Western Region
Lot No:  3
II.2.2)

Additional CPV code(s)

45261900  -  Roof repair and maintenance work
45311100  -  Electrical wiring work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45330000  -  Plumbing and sanitary works
45420000  -  Joinery and carpentry installation work
45442110  -  Painting work of buildings
50720000  -  Repair and maintenance services of central heating
70331000  -  Residential property services
77314000  -  Grounds maintenance services
79931000  -  Interior decorating services
II.2.3)

Place of performance

Main site or place of performance:  
Donegal, Sligo, Leitrim, Cavan, Longford, Westmeath, Offaly, Laois, Clare, Galway, Mayo, Roscommon
II.2.4)

Description of the procurement

Establishment of a Single Party Framework Agreement for Reactive Repairs and Maintenance Works for Residential properties
Lot 3 Western Region (includes Donegal, Sligo, Leitrim, Cavan, Longford, Westmeath, Offaly, Laois, Clare, Galway, Mayo, Roscommon)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1. Building Maintenance and Fabric Works
2. Plumbing, Drainage and Gas repairs and minor works
3. Electrical repairs and minor works
4. Full scope of services to refurbish void properties
5. Reactive estate maintenance, cleaning and minor works
6. Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for two (2) years with the option to extend for further two (2) years up to a maximum of four (4) years, subject to satisfactory performance, business needs and budgetary constraints. Please note contracts may extend outside the framework period.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each Lot will be shortlisted and Invited to Tender, subject to that number meeting the minimum pre-qualification requirements
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:  Please refer to the PQQ documents attached and complete the information requested.
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
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Tenderers must be in a position to deliver all of the services required

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  19/08/2019
Local time:  12:00
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
as per European Communities (Public Authorities Contracts) (Review Procedures) (Amendment) Regulations 2015