Tender

PRN24184 Response Repairs Maintenance Lots 3 and 4

  • Choice Housing

F02: Contract notice

Notice identifier: 2024/S 000-030515

Procurement identifier (OCID): ocds-h6vhtk-049d64

Published 24 September 2024, 3:49pm



Section one: Contracting authority

one.1) Name and addresses

Choice Housing

Leslie Morrell House 37 - 41 May Street

Belfast

BT1 4DN

Contact

etendersNI messaging portal

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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

PRN24184 Response Repairs Maintenance Lots 3 and 4

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Choice Housing Ireland are currently preparing to initiate a procurement process to establish a contract with a suitably qualified contractor for the provision of responsive maintenance, out of hours emergency works, void property works and adaptations. The services are required for the Association’s properties in the west of the province (Lots 3 and 4) and include sheltered, supported and general needs accommodation. Contract core tasks include Responsive Maintenance (including Emergency Works ordered during Normal Working Hours), Out of Hours Emergency Works, Technical Inspections, Handyperson Services, Property Health Checks/MOTs, Mutual Exchanges Electrical Tests, Void Property Works, Communal Mechanical and Electrical Works (including but not limited to; CCTV, communal TV aerials and satellite systems, non-warden call door entry, automatic door openers). Planned maintenance/replacements may be undertaken as discretionary works such as planned revenue and capital works. The service provider will be required to provide the works to the association 24 hours per day, 365 days per year (including all weekends and holiday periods). Prior to initiating the procurement Choice wish to establish the level of market interest in participating in the procurement process.

two.1.5) Estimated total value

Value excluding VAT: £6,182,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50800000 - Miscellaneous repair and maintenance services
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Choice Housing Ireland are currently preparing to initiate a procurement process to establish a contract with a suitably qualified contractor for the provision of responsive maintenance, out of hours emergency works, void property works and adaptations. The services are required for the Association’s properties in the west of the province (Lots 3 and 4) and include sheltered, supported and general needs accommodation. Contract core tasks include Responsive Maintenance (including Emergency Works ordered during Normal Working Hours), Out of Hours Emergency Works, Technical Inspections, Handyperson Services, Property Health Checks/MOTs, Mutual Exchanges Electrical Tests, Void Property Works, Communal Mechanical and Electrical Works (including but not limited to; CCTV, communal TV aerials and satellite systems, non-warden call door entry, automatic door openers). Planned maintenance/replacements may be undertaken as discretionary works such as planned revenue and capital works. The service provider will be required to provide the works to the association 24 hours per day, 365 days per year (including all weekends and holiday periods). Prior to initiating the procurement Choice wish to establish the level of market interest in participating in the procurement process.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £6,182,000

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

Duration in months

36

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.2.13) 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

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

11 October 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: 8 February 2025

four.2.7) Conditions for opening of tenders

Date

11 October 2024

Local time

12:30pm


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

Royl Courts of Justice

Belfast

Country

United Kingdom