- Scope of the procurement
- LOT 1 - North 1 - East Area, South Antrim Areas
- LOT 2 - South 2 - South, Mid Ulster and South West Areas
- LOT 3 - North 2 - Causeway and West Area
- LOT 4 - South 1 - North Down / Ards and South Down Area
- LOT 5 - Belfast Region – North, South, East and West Areas and Lisburn / Castlereagh
Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
Contact
procurementnihe.gov.uk
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.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CT0133 - Major Adaptation Construction Works to properties for people with disability for the Northern Ireland Housing Executive.
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £23,094,204.68
two.2) Description
two.2.1) Title
LOT 1 - North 1 - East Area, South Antrim Areas
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45215210 - Construction work for subsidised residential accommodation
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.
two.2) Description
two.2.1) Title
LOT 2 - South 2 - South, Mid Ulster and South West Areas
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45215210 - Construction work for subsidised residential accommodation
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.
two.2) Description
two.2.1) Title
LOT 3 - North 2 - Causeway and West Area
Lot No
3
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45215210 - Construction work for subsidised residential accommodation
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.
two.2) Description
two.2.1) Title
LOT 4 - South 1 - North Down / Ards and South Down Area
Lot No
4
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45215210 - Construction work for subsidised residential accommodation
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.
two.2) Description
two.2.1) Title
LOT 5 - Belfast Region – North, South, East and West Areas and Lisburn / Castlereagh
Lot No
5
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45215210 - Construction work for subsidised residential accommodation
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-031422
Section five. Award of contract
Contract No
1
Lot No
1
Title
LOT 1 - North 1 - East Area, South Antrim Areas
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section five. Award of contract
Contract No
2
Lot No
2
Title
LOT 2 - South 2 - South, Mid Ulster and South West Areas
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section five. Award of contract
Contract No
3
Lot No
3
Title
LOT 3 - North 2 - Causeway and West Area
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 May 2024
five.2.2) Information about tenders
Number of tenders received: 10
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: 3
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
DSK CONTRACTS LTD
6a Gortinure Road
MAGHERA
BT46 5RB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PCD CONTRACTS LTD
5 Church Street
BALLYMENA
BT42 2PA
Telephone
+44 2825871224
Fax
+44 2825878084
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Combined Facility Management Ltd CFM Ltd
Unit 8 Opus Business Park
Magherafelt
BT45 6BB
Telephone
+44 2879386451
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £9,126,603.49
Section five. Award of contract
Contract No
4
Lot No
4
Title
LOT 4 - South 1 - North Down / Ards and South Down Area
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 May 2024
five.2.2) Information about tenders
Number of tenders received: 10
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: 3
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
P.K. MURPHY CONSTRUCTION LTD
91 Sluggan Road
DUNGANNON
BT70 2UP
Telephone
+44 2887758848
Fax
+44 2887759699
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
P D MC MAHON CONTRACTS LTD
23 Crohill Road
NEWRY
BT34 2LF
accounts@pdmcmahoncontractsltd.com
Telephone
+44 2830264529
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
MASCOTT CONSTRUCTION EUROPE LTD
4 Pilots View 18 Heron Road
BELFAST
BT3 9LE
Telephone
+44 2890754090
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,471,876.46
Section five. Award of contract
Contract No
5
Lot No
5
Title
LOT 5 - Belfast Region – North, South, East and West Areas and Lisburn / Castlereagh
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 May 2024
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
PCD CONTRACTS LTD
5 Church Street
BALLYMENA
BT42 2PA
Telephone
+44 2825871224
Fax
+44 2825878084
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
DSK CONTRACTS LTD
6a Gortinure Road
MAGHERA
BT46 5RB
Telephone
+44 7849998770
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
P.K. MURPHY CONSTRUCTION LTD
91 Sluggan Road
DUNGANNON
BT70 2UP
Telephone
+44 2887758848
Fax
+44 2887759699
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
MAURICE FLYNN SONS LTD
2 Springbank Road, Springbank Industrial Estate
BELFAST
BT17 0QL
Telephone
+44 2890303800
Fax
+44 289613667
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £6,495,724.74
Section six. Complementary information
six.3) Additional information
The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
Chichester Street
Belfast
BT13JF
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
Chichester Street
Belfast
BT13JF
Country
United Kingdom