II.1)
Scope of the procurement
Reactive Repairs and Maintenance works for Residential Properties Tender
Reference number:
2019/1
50000000
-
Repair and maintenance services
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
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.
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.2.2)
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.
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.2.2)
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.
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