Clúid Housing are seeking to establish single party Framework Agreements for the provision of reactive repairs and maintenance works in 3 Lots to cover the full geographic area of the Republic of Ireland.
Deadline
The time limit for receipt of tenders was 2019-08-19.
The procurement was published on 2019-07-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Reactive Repairs and Maintenance Works for Residential Properties Tender
2019/1
Products/services: Repair and maintenance services📦
Short description:
“Clúid Housing are seeking to establish single party Framework Agreements for the provision of reactive repairs and maintenance works in 3 Lots to cover the...”
Short description
Clúid Housing are seeking to establish single party Framework Agreements for the provision of reactive repairs and maintenance works in 3 Lots to cover the full geographic area of the Republic of Ireland.
Show more
Estimated value excluding VAT: EUR 8 000 000 💰
Information about lots
Tenders may be submitted for all lots
Scope of the procurement
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
“Tenderers may apply for more than 1 lot. However, the Contracting Authority reserve the right to determine the tenderers suitability and capacity to...”
The contracting authority reserves the right to award contracts combining the following lots or groups of lots
Tenderers may apply for more than 1 lot. However, the Contracting Authority reserve the right to determine the tenderers suitability and capacity to successfully deliver the services required if applying for multiple lots. The Contracting Authority reserve the right to seek additional information from tenderers, as required.
Establishment of a single party Framework Agreement for reactive repairs and maintenance works for residential properties.
Lot 1 Southern Region (includes Cork, Kerry, Limerick, Tipperary, Waterford, Kilkenny, Carlow).
The minimum service types required under the framework are summarised under the 6 headings below, a more detail description is available in Appendix 2.
1) Building maintenance and fabric works,
2) Plumbing, drainage and gas repairs and minor works,
3) Electrical repairs and minor works,
4) Full scope of services to refurbish void properties,
5) Reactive estate maintenance, cleaning and minor works,
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 8 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The Framework Agreement will be for two (2) years with the option to extend for further two (2) years up to a maximum of four (4) years, subject to...”
Description of renewals
The Framework Agreement will be for two (2) years with the option to extend for further two (2) years up to a maximum of four (4) years, subject to satisfactory performance, business needs and budgetary constraints. Please note contracts may extend outside the framework period.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
“Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each lot will be shortlisted and invited to...”
Objective criteria for choosing the limited number of candidates
Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each lot will be shortlisted and invited to tender, subject to that number meeting the minimum pre-qualification requirements.
2️⃣ Scope of the procurement
Title: Eastern Region
Title
Lot Identification Number: 2
Description
Main site or place of performance: Dublin, Wicklow, Kildare, Louth, Meath and Monaghan.
Description of the procurement:
“Establishment of a single party Framework Agreement for reactive repairs and maintenance works for residential properties.
Lot 2 Eastern Region (includes...”
Description of the procurement
Establishment of a single party Framework Agreement for reactive repairs and maintenance works for residential properties.
Lot 2 Eastern Region (includes Dublin, Wicklow, Kildare, Louth, Meath and Monaghan).
The minimum service types required under the framework are summarised under the 6 headings below, a more detail description is available in Appendix 2.
1) Building maintenance and fabric works;
2) Plumbing, drainage and gas repairs and minor works;
3) Electrical repairs and minor works;
4) Full scope of services to refurbish void properties;
5) Reactive estate maintenance, cleaning and minor works;
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 8 000 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each Lot will be shortlisted and invited to...”
Objective criteria for choosing the limited number of candidates
Please refer to the PQQ document and complete the information requested. The Top 3 scoring candidates for each Lot will be shortlisted and invited to tender, subject to that number meeting the minimum pre-qualification requirements.
3️⃣ Scope of the procurement
Title: Western Region
Title
Lot Identification Number: 3
Description
Main site or place of performance:
“Donegal, Sligo, Leitrim, Cavan, Longford, Westmeath, Offaly, Laois, Clare, Galway, Mayo, Roscommon.”
Description of the procurement:
“Establishment of a Single Party Framework Agreement for reactive repairs and maintenance works for residential properties.
Lot 3 Western Region (includes...”
Description of the procurement
Establishment of a Single Party Framework Agreement for reactive repairs and maintenance works for residential properties.
Lot 3 Western Region (includes Donegal, Sligo, Leitrim, Cavan, Longford, Westmeath, Offaly, Laois, Clare, Galway, Mayo, Roscommon).
The minimum service types required under the framework are summarised under the 6 headings below, a more detail description is available in Appendix 2.
1) Building maintenance and fabric works;
2) Plumbing, drainage and gas repairs and minor works;
3) Electrical repairs and minor works;
4) Full scope of services to refurbish void properties;
5) Reactive estate maintenance, cleaning and minor works;
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 8 000 000 💰
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please refer to the PQQ documents attached and complete the information requested.” Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: Tenderers must be in a position to deliver all of the services required.
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-08-19
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Review body
Name: The High Court
Postal town: Dublin
Country: Ireland 🇮🇪 Review procedure
Precise information on deadline(s) for review procedures:
“As per European Communities (Public Authorities Contracts) (review procedures) (amendment) regulations 2015.”
Source: OJS 2019/S 130-319387 (2019-07-05)
Contract award notice (2020-05-16) Contracting authority Name and addresses
Postal town: Dublin 1
URL: www.cluid.ie🌏 Type of the contracting authority
Other type: Charity
Object Scope of the procurement
Short description:
“Clúid Housing are seeking to establish single party framework agreements for the provision of reactive repairs and maintenance works in 3 lots to cover the...”
Short description
Clúid Housing are seeking to establish single party framework agreements for the provision of reactive repairs and maintenance works in 3 lots to cover the full geographic area of the Republic of Ireland.
Show more
Total value of the procurement (excluding VAT): EUR 8 000 000 💰
Information about lots
This contract is divided into lots ✅ Description
Description of the procurement:
“Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 1 Southern Region (includes...”
Description of the procurement
Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 1 Southern Region (includes Cork, Kerry, Limerick, Tipperary, Waterford, Kilkenny, Carlow)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1) Building maintenance and fabric works
2) Plumbing, drainage and gas repairs and minor works
3) Electrical repairs and minor works
4) Full scope of services to refurbish void properties
5) Reactive estate maintenance, cleaning and minor works
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Show more Award criteria
Quality criterion (name): quality
Quality criterion (weighting): 65
Price (weighting): 35
Description
Main site or place of performance: Dublin,Wicklow, Kildare, Louth, Meath and Monaghan.
Description of the procurement:
“Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 2 Eastern Region (includes...”
Description of the procurement
Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 2 Eastern Region (includes Dublin, Wicklow, Kildare, Louth, Meath and Monaghan)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1) Building maintenance and fabric works
2) Plumbing, drainage and gas repairs and minor works
3) Electrical repairs and minor works
4) Full scope of services to refurbish void properties
5) Reactive estate maintenance, cleaning and minor works
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Show more
Description of the procurement:
“Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 3 Western Region (includes...”
Description of the procurement
Establishment of a single party framework agreement for reactive repairs and maintenance works for residential properties
Lot 3 Western Region (includes Donegal, Sligo, Leitrim, Cavan, Longford, Westmeath, Offaly, Laois, Clare, Galway, Mayo, Roscommon)
The minimum service types required under the framework are summarised under the six headings below, a more detail description is available in appendix 2.
1) Building maintenance and fabric works
2) Plumbing, drainage and gas repairs and minor works
3) Electrical repairs and minor works
4) Full scope of services to refurbish void properties
5) Reactive estate maintenance, cleaning and minor works
6) Other services which are reactive in nature which both parties may agree fall within the scope of the existing framework. Examples could include testing or certification activates, specialist adaptations, or discovered hazard removal.
Economic operators may outsource some element of these requirements, but they must be able to provide the full suite of services required.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 130-319387
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1️⃣
Contract Number: 1
Lot Identification Number: 1
Title: Southern Region
Date of conclusion of the contract: 2020-04-15 📅
Information about tenders
Number of tenders received: 3
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: 0
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: FVG Construction and Maintenance Ltd
Postal town: Galway
Country: Ireland 🇮🇪
Region: Éire/Ireland🏙️
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 800 000 💰
2️⃣
Contract Number: 2
Lot Identification Number: 2
Title: Eastern Region
Name and address of the contractor
Name: Bayview Contracts Ltd
Postal town: Dublin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 3 250 000 💰
3️⃣
Contract Number: 3
Lot Identification Number: 3
Title: Western Region
Information about tenders
Number of tenders received by electronic means: 0
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 950 000 💰
Complementary information Review procedure
Precise information on deadline(s) for review procedures:
“As per European Communities (Public Authorities Contracts) (Review Procedures) (Amendment) Regulations 2015.”
Source: OJS 2020/S 098-234873 (2020-05-16)