Contract award notice

Information

Published

Date of dispatch of this notice: 16/05/2020

External Reference: 2020-296437

TED Reference: 2020/S 098-234873

Contract award notice

Contract award notice

Results of the procurement procedure

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):
Main address: www.cluid.ie

I.4)

Type of the contracting authority

Other type:  Charity
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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  8000000.00  EUR
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

Criteria below
Quality criterion  -  Name:  quality  /  Weighting:  65
Price  -  Weighting:  35
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

Criteria below
Quality criterion  -  Name:  quality  /  Weighting:  65
Price  -  Weighting:  35
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

Criteria below
Quality criterion  -  Name:  quality  /  Weighting:  65
Price  -  Weighting:  35
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 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
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

Notice number in the OJ S: 2019/S 130-319387
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Southern Region

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/04/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

FVG Construction & Maintenance Limited
Galway
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1800000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Eastern Region

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/04/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Bayview Contracts Limited
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3250000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Western Region

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/04/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  0
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

FVG Construction & Maintenance Limited
Galway
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2950000.00  EUR

Section VI: Complementary information

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