Opportunity

RESPONSIVE MAINTENANCE, VOID PROPERTY WORKS, PLANNED MAINTENANCE AND COMPLIANCE WORKS

  • HA5 PARTNERSHIP c/o NB HOUSING
  • ARK HOUSING ASSOCIATION (NI) LTD
  • GROVE HOUSING ASSOCIATION LTD
  • RURAL HOUSING ASSOCIATION LTD
  • Arbour Housing Limited
Show 1 more buyer Show fewer buyers
  • ST MATTHEWS HOUSING ASSOCIATION LTD

F02: Contract notice

Notice reference: 2022/S 000-026275

Published 20 September 2022, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

HA5 PARTNERSHIP c/o NB HOUSING

282-290 Crumlin Road

Belfast

BT14 7EE

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Industrial and Provident Society Number IP406

IP406

Internet address(es)

Main address

https://www.nb-housing.org

Buyer's address

https://www.nb-housing.org

one.1) Name and addresses

ARK HOUSING ASSOCIATION (NI) LTD

Unit 1, Hawthorn Office Park, 43 Stockmans Way

Belfast

BT9 7ET

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Industrial and Provident Society

IP306

Internet address(es)

Main address

https://etenders.rand-associates.co.uk/

one.1) Name and addresses

GROVE HOUSING ASSOCIATION LTD

171 York Road

Belfast

BT15 3HB

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Industrial and Provident Society

IP000173

Internet address(es)

Main address

https://etenders.rand-associates.co.uk/

one.1) Name and addresses

RURAL HOUSING ASSOCIATION LTD

Tollgate House, 2 Killyclogher Road

Omagh

BT79 0AX

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Industrial and Provident Society

IP345

Internet address(es)

Main address

https://etenders.rand-associates.co.uk/

one.1) Name and addresses

Arbour Housing Limited

18-22 Carleton Street

Portadown

BT62 3EN

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Companies House

NP000224

Internet address(es)

Main address

https://etenders.rand-associates.co.uk/

one.1) Name and addresses

ST MATTHEWS HOUSING ASSOCIATION LTD

56 Harper Street

Belfast

BT45 4EN

Contact

Jeremy Lake

Email

etenders@rand-associates.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Industrial and Provident Society Number

IP177

Internet address(es)

Main address

https://etenders.rand-associates.co.uk/

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://etenders.rand-associates.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenders.rand-associates.co.uk/

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

RESPONSIVE MAINTENANCE, VOID PROPERTY WORKS, PLANNED MAINTENANCE AND COMPLIANCE WORKS

Reference number

HA5001

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

HA5 Partnership is a procurement group of 6 housing associations who collectively own and manage more than 4,100 general needs, sheltered and supported dwellings located throughout Northern Ireland. Their mission is to create strong and sustainable communities where people flourish and they are committed to making a positive difference to peoples' lives. The quality of the works they provide is therefore of paramount importance in ensuring customer safety and customer satisfaction in the services to be delivered. They are seeking to appoint Contractors to deliver Responsive Maintenance and Void Property Works, Planned Maintenance, Aids and Adaptations and Compliance Works to the highest possible standards and who have a proven track record in the delivery of these services.

The successful Contractors must be able to show a commitment to providing effective services that provide value for money and demonstrate a commitment to addressing social inclusion.

Each Employer will enter into separate contracts with the Contractors who offer the most economically advantageous tender for each Lot.

For Lots 1 and 2 - Responsive Maintenance, the Partnership is looking to award the contracts to 2 Contractors.

For Lots 3, 4 and 5 - Planned Maintenance, the Partnership is looking to award the contracts to 3 Contractors

For Lot 6 - Compliance Works , the Partnership is looking to award the contract to a single Contractor.

The Lots 1 and 2 Contracts will have variable start dates between the 1st January 2023 and 1st May 2023

The Lots 3, 4 and 5 Contracts will have variable start dates between the 1st December 2022 and 1st May 2024

The Lot 6 Contract will have variable start dates between the 1st January 2023 and 1st May 2024.

Arbour Housing is not tendering any works under Lot 6.

The Contracts will be for an initial 2 years with an option for two further extension each of 2 years up to a maximum of 6 years.

two.1.5) Estimated total value

Value excluding VAT: £42,500,000

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

LOT 1 - Responsive and Void Property Works - North

Lot No

1

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employers are seeking to appoint a Contractor to provide Responsive Maintenance and Void Property Works including emergency callouts arising during the working day and out of hours emergency callouts to their various dwellings, estates and schemes (1,981 dwellings) located in the Northern Local Authority areas of Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The Employers reserves the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Responsive Maintenance and Void Property Works, Technical Specification and Price Framework Rules.

The Employers cannot guarantee the extent or value of any works that may be awarded to the Contractor.

For Further details refer to the ITT and Specification documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,270,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

two.2) Description

two.2.1) Title

LOT 2 - Responsive and Void Property Works - South

Lot No

2

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employers are seeking to appoint a Contractor to provide Responsive Maintenance and Void Property Works including emergency callouts arising during the working day and out of hours emergency callouts to their various dwellings, estates and schemes (2,133 dwellings) located in the Southern Local Authority areas of Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The Employers reserves the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Responsive Maintenance and Void Property Works, Technical Specification and Price Framework Rules.

The Employers cannot guarantee the extent or value of any works that may be awarded to the Contractor.

For Further details refer to the ITT and Specification documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,750,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

two.2) Description

two.2.1) Title

LOT 3 Planned Maintenance Band £150,000

Lot No

3

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employers are seeking to appoint a Contractor to undertake individual projects of up to £150,000 in value in respect of Planned Maintenance and Property Reinvestment, Cyclical Redecoration and Pre-Decoration Repairs and Aids and Adaptation to their various dwellings, estates and schemes located in Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The Employers reserves the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Planned Maintenance and Property Reinvestment with Aids and Adaptations; Technical Specification and Price Framework Rules.

The Employer's cannot guarantee the extent or value of any works that may be awarded to the Contractor.

For Further details refer to the ITT and Specification documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,500,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

two.2) Description

two.2.1) Title

LOT 4 Planned Maintenance Band £350,000

Lot No

4

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employers are seeking to appoint a Contractor to undertake individual projects of up to £350,000 in value in respect of Planned Maintenance and Property Reinvestment, Cyclical Redecoration and Pre-Decoration Repairs and Aids and Adaptation to their various dwellings, estates and schemes located in Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The Employers reserves the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Planned Maintenance and Property Reinvestment with Aids and Adaptations; Technical Specification and Price Framework Rules.

The Employer's cannot guarantee the extent or value of any works that may be awarded to the Contractor.

For Further details refer to the ITT and Specification documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,750,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

two.2) Description

two.2.1) Title

LOT 5 Planned Maintenance Band £350,000 Plus

Lot No

5

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employers are seeking to appoint a Contractor to undertake individual projects of over £350,000 in value in respect of Planned Maintenance and Property Reinvestment, Cyclical Redecoration and Pre-Decoration Repairs and Aids and Adaptation to their various dwellings, estates and schemes located in Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The Employers reserves the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Planned Maintenance and Property Reinvestment with Aids and Adaptations; Technical Specification and Price Framework Rules.

The Employer's cannot guarantee the extent or value of any works that may be awarded to the Contractor.

For Further details refer to the ITT and Specification documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £11,760,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

two.2) Description

two.2.1) Title

LOT 6 - Compliance Works

Lot No

6

two.2.2) Additional CPV code(s)

  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Employer's are seeking to appoint a Contractor to provide heating servicing, repairs and installation works to their various dwellings, estates and schemes located in Northern Ireland. The total portfolio comprises general needs, sheltered and supported schemes. The heating servicing, repairs and installation works to includes but is not limited to the inspection, servicing, testing and certification of domestic and communal gas and oil boiler installations and microgeneration appliances breakdown callouts, repairs and maintenance to domestic and communal gas and oil central heating installations including electric heating and microgeneration appliances and installations, renewal of domestic and communal gas and oil boilers, pumps, controls etc., and new or renewal central heating installations together with domestic electrical testing and remedial Works. The Employers individually reserve the right to add additional services of a similar nature throughout the duration of the Contract, subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Units and schemes may be added or deleted from the housing stock of each Employer both prior to tender and during the contract period in accordance with the individual Employer's development and acquisitions/disposals programmes.

The Contractor must be able to show a commitment to providing effective services that provide value for money.

The proposed initial contract period will be 2 years commencing between 1st January 2023 to 1st May 2024, with an option at the individual Employer's sole discretion to extend the service period by two further period each of 2 years up to a maximum total duration of 6 years. The contracts will be subject to provisions for earlier termination including a break clause, and annual renewals based on meeting and maintaining Key Performance Indicators.

The Contractors will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Employers and their residents and must be responsive to achieve collaborative working practices, innovation and continuous improvement,

The Contract will be based on a NEC3 Term Service Contract April 2013 incorporating aspects of the M3NHF Schedule of Rates Documentation: Gas Appliance Servicing and Maintenance and the M3NHF Schedule of rates Documentation Electrical Upgrading and Maintenance 7.2 Schedule of Rates, Technical Specification and Price Framework Rules.

The Employers cannot guarantee the extent or value of any works that may be awarded to the Contractor.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,364,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

20 October 2022

Local time

3:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 October 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All documentation can be downloaded from https://etenders.rand-associates.co.uk, etenders@rand is Rand Associates Consultancy Services Ltd's e-procurement portal (the "Portal") for downloading/submission of Procurement and Tender documentation and communicating requests for and responses to clarification.

All requests for Procurement documentation, communications and submission of Tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk. After creating an account on etenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in , users will need the following code to register for their Tender Documentation: HA5001

Bidders may seek clarification where they consider any part of the documentation or any other aspect of this procurement is unclear. All queries and any clarification must be communicated using the secure email messaging function within the Portal, but to be received no later than 17:00 on 13th October 2022. This will provide an audit trail of all clarification requests and responses issued. It will not be possible to respond to any queries received after that stipulated date and time.

It is the Bidder's responsibility to regularly monitor communications raised and issued through the Portal. Response to requests for clarification will be communicated by Rand Associates Consultancy Services Ltd to all economic operators through the Portal secure email messaging system. The identity of the Bidder seeking clarification will not be disclosed to other Bidders.

When uploading Tender documentation , Bidders must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time. DO NOT wait until too near the closing time on the return date. The closing deadline for uploading completed tender submissions is 20th October at 15:00. Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline. Tender submissions and supporting documents will be visible to any of the Employers and Rand Associates Consultancy Services Ltd only after the closing deadline. Should Bidders have any queries or experience difficulties with the registration or download/upload system they should contact the eTenders@Rand helpdesk by sending an email to eTenders@rand-associates.co.uk.

The Employers reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion.

The Employers shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt , all costs incurred by any applicant and/or tenderer before signature of any contract with any one of the Employers shall be incurred entirely at that applicants/tenderer's risk.

The subject matter of the contract has been scoped to take into account the priorities of the Employers relating to economic, social and environmental well-being. These are described in the Procurement Documents. The Employers reserves the right to procure similar or identical works outside of the proposed Contract. A Contract will not be binding until it has been signed and dated by authorised representatives of both parties.

six.4) Procedures for review

six.4.1) Review body

High Court of Northern Ireland

Chichester Street

Belfast

BT1 3JF

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Employers will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contracts is communicated to all Economic Operators.

The standstill period provides time for unsuccessful Economic Operators to challenge the award decision before the Contracts are entered into. The Public Contract Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to take action in the High Court of Northern Ireland.

After the expiry of the 10 day standstill period, the Contracting Authority will unless prevented by order of the High Court, conclude and enter into the Contracts.

six.4.4) Service from which information about the review procedure may be obtained

High Court of Northern Ireland

Chichester Street

Belfast

BT1 3JF

Country

United Kingdom