Tender

PRN24123 Planned Maintenance Framework

  • Choice Housing
  • Choice Housing

F02: Contract notice

Notice identifier: 2024/S 000-021908

Procurement identifier (OCID): ocds-h6vhtk-047ddc

Published 16 July 2024, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

Choice Housing

Leslie Morrell House 37 - 41 May Street

Belfast

BT1 4DN

Contact

corporate.procurementchoice-housing.org

Email

corporate.procurement@choice-housing.org

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.1) Name and addresses

Choice Housing

Leslie Morrell House 37 - 41 May Street

Belfast

BT1 4DN

Contact

corporate.procurementchoice-housing.org

Email

corporate.procurement@choice-housing.org

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.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

PRN24123 Planned Maintenance Framework

two.1.2) Main CPV code

  • 45261920 - Roof maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

Choice wish to appoint contractors to a Construction Framework for Planned Maintenance (PMP) works. The Planned Maintenance team within the Assets Directorate require contractors to undertake works which include Multi Element Improvement, refurbishment and component replacement in line with Lifecycle Cost projections and the Asset Management Strategy. Workstreams include: • Kitchen Replacement • Bathroom replacement • Windows and Doors • Electrical upgrades • Fire doors • Painting and decorating • General building • Damp and mould remedials • Major adaptations • Retrofit works • Energy upgrades • Fire safety remedials

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

North

Lot No

1

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45421100 - Installation of doors and windows and related components
  • 45261200 - Roof-covering and roof-painting work
  • 45261221 - Roof-painting work
  • 45440000 - Painting and glazing work
  • 45442180 - Repainting work
  • 45442100 - Painting work
  • 45442121 - Painting work of structures
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343220 - Fire-extinguishers installation work
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45210000 - Building construction work
  • 45262700 - Building alteration work
  • 45442110 - Painting work of buildings
  • 45262800 - Building extension work
  • 45400000 - Building completion work
  • 45211200 - Sheltered housing construction work
  • 45453100 - Refurbishment work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45215210 - Construction work for subsidised residential accommodation

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Choice wish to appoint contractors to a Construction Framework for Planned Maintenance (PMP) works. The Planned Maintenance team within the Assets Directorate require contractors to undertake works which include Multi Element Improvement, refurbishment and component replacement in line with Lifecycle Cost projections and the Asset Management Strategy. Workstreams include: • Kitchen Replacement • Bathroom replacement • Windows and Doors • Electrical upgrades • Fire doors • Painting and decorating • General building • Damp and mould remedials • Major adaptations • Retrofit works • Energy upgrades • Fire safety remedials

two.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 55

Cost criterion - Name: Price / Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

South

Lot No

2

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45421100 - Installation of doors and windows and related components
  • 45261200 - Roof-covering and roof-painting work
  • 45261221 - Roof-painting work
  • 45440000 - Painting and glazing work
  • 45442180 - Repainting work
  • 45442100 - Painting work
  • 45442121 - Painting work of structures
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343220 - Fire-extinguishers installation work
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45210000 - Building construction work
  • 45262700 - Building alteration work
  • 45442110 - Painting work of buildings
  • 45262800 - Building extension work
  • 45400000 - Building completion work
  • 45211200 - Sheltered housing construction work
  • 45453100 - Refurbishment work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45215210 - Construction work for subsidised residential accommodation

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Choice wish to appoint contractors to a Construction Framework for Planned Maintenance (PMP) works. The Planned Maintenance team within the Assets Directorate require contractors to undertake works which include Multi Element Improvement, refurbishment and component replacement in line with Lifecycle Cost projections and the Asset Management Strategy. Workstreams include: • Kitchen Replacement • Bathroom replacement • Windows and Doors • Electrical upgrades • Fire doors • Painting and decorating • General building • Damp and mould remedials • Major adaptations • Retrofit works • Energy upgrades • Fire safety remedials

two.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 55

Cost criterion - Name: Price / Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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.2.2) Time limit for receipt of tenders or requests to participate

Date

16 August 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 14 December 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Belfast

Country

United Kingdom