Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
Contact
Christopher Brown
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
Additional information can be obtained from the above-mentioned 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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Response Maintenance and Improvement Works - South Region 2023
Reference number
CTO122
two.1.2) Main CPV code
- 45215210 - Construction work for subsidised residential accommodation
two.1.3) Type of contract
Works
two.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 Operate 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. Economic Operators shall refer to the Scope for details.
The successful Economic Operator may be required to provide backup support in accordance with the Tender Documents.
two.1.5) Estimated total value
Value excluding VAT: £43,047,544.02
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
South Down
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is combined value of the full duration of each of the 4 lot contracts, inclusive of the initial Contract period, potential extensions, prospective demolition works, contingency and an additional 3 months of anticipated expenditure to account for the possibility of the South Down lot starting sooner than the other lots. The estimated value shown in section II.1.5 is therefore NOT an annual value, nor should it be interpreted as the value of any single lot contract. Refer to ITT for further details.
two.2) Description
two.2.1) Title
South Area (excluding Craigavon)
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is combined value of the full duration of each of the 4 lot contracts, inclusive of the initial Contract period, potential extensions, prospective demolition works, contingency and an additional 3 months of anticipated expenditure to account for the possibility of the South Down lot starting sooner than the other lots. The estimated value shown in section II.1.5 is therefore NOT an annual value, nor should it be interpreted as the value of any single lot contract. Refer to ITT for further details.
two.2) Description
two.2.1) Title
South West Area
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is combined value of the full duration of each of the 4 lot contracts, inclusive of the initial Contract period, potential extensions, prospective demolition works, contingency and an additional 3 months of anticipated expenditure to account for the possibility of the South Down lot starting sooner than the other lots. The estimated value shown in section II.1.5 is therefore NOT an annual value, nor should it be interpreted as the value of any single lot contract. Refer to ITT for further details.
two.2) Description
two.2.1) Title
Mid Ulster
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is combined value of the full duration of each of the 4 lot contracts, inclusive of the initial Contract period, potential extensions, prospective demolition works, contingency and an additional 3 months of anticipated expenditure to account for the possibility of the South Down lot starting sooner than the other lots. The estimated value shown in section II.1.5 is therefore NOT an annual value, nor should it be interpreted as the value of any single lot contract. Refer to ITT for further details.
two.3) Estimated date of publication of contract notice
6 February 2023
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Response Maintenance and Improvement Works - South and East Belfast
Reference number
CTO123
two.1.2) Main CPV code
- 45215210 - Construction work for subsidised residential accommodation
two.1.3) Type of contract
Works
two.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 Operate 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. Economic Operators shall refer to the Scope for details.
two.1.5) Estimated total value
Value excluding VAT: £20,942,683.59
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is for the full duration of the Contract inclusive of the initial Contract period, potential extension, prospective demolition works and contingency. The estimated value shown in section II.1.5 is therefore NOT an annual value. Refer to ITT for further details.
two.3) Estimated date of publication of contract notice
6 February 2023
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Response Maintenance and Improvement Works - Mid and East Antrim
Reference number
CTO124
two.1.2) Main CPV code
- 45215210 - Construction work for subsidised residential accommodation
two.1.3) Type of contract
Works
two.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 Operate 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. Economic Operators shall refer to the Scope for details.
two.1.5) Estimated total value
Value excluding VAT: £20,081,635.54
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211300 - Houses construction work
- 45210000 - Building construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262660 - Asbestos-removal work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45340000 - Fencing, railing and safety equipment installation work
- 45312100 - Fire-alarm system installation work
- 45211100 - Construction work for houses
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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 Operator 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.
The award ratio is expected to be 70% price 30% quality (with a minimum of 10% assigned to Social Value).
The Competition will be carried out in accordance with Regulation 27 (the Open Procedure) as set out in the Public Contract Regulations 2015.
The Competition will be advertised on eTendersNI.
Form of contract is expected to be: NEC4 Term Service Contract.
It is the Economic Operator's responsibility to ensure the category notation they intend to rely upon is updated, verified and published on Contructionline.
It is the Economic Operator's responsibility to ensure they have all their governance approvals and consents necessary, inter alia: Board Approvals, BEFORE submitting a tender.
two.2.14) Additional information
The estimated value shown in section II.1.5 is for the full duration of the Contract inclusive of the initial Contract period, potential extension, prospective demolition works and contingency. The estimated value shown in section II.1.5 is therefore NOT an annual value. Refer to ITT for further details.
two.3) Estimated date of publication of contract notice
6 February 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.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. It is the responsibility of the Economic Operator to ensure your Constructionline details are correct & up to date and that your registration on eTendersNI is fully completed with the appropriate CPV codes. 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. The information contained within this PIN is indicative only and subject to change with or without notice. None of the potential contracts identified herein are expected to be reserved under the Public Contracts Regulations 2015. The strategy set out within this notice is an interim measure whilst NIHE reviews its approach to procuring response maintenance works.