Building Refurbishment Work Belfast
The proposed scheme is for in-shell remodeling and improvement works of the Whitehouse Court Complex, 18No. Shared flats converted into 24No. Self contained flats.
United Kingdom-Belfast: Refurbishment work
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oaklee Homes Group
37-41 May Street
For the attention of: Matthew McLaughlin
BT1 4DN Belfast
UNITED KINGDOM
Telephone: +44 2890441398
E-mail: contracts@oaklee.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
(i) New kitchens and bathrooms,
(ii) Reconfiguration of the 5 bedroom shared flats to provide 6 self contained 2 bedroom flats and 6 self contained single bedroom flats,
(iii) Reconfiguration of the 3 bedroom shared flats to provide 2 bedroom self-contained flats,
(iv) Full refurbishment of the 6 existing 1 bedroom accommodations,
(v) Gas boiler installations to flats 1-18,
(vi) Replacement of internal doors, frames, architraves, skirting, etc and redecoration of communal areas,
(vii) Plumbing installation upgrades, electrical installation upgrades and fire detection upgrades.
II.1.6)Common procurement vocabulary (CPV)
45453100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
(i) New kitchens and bathrooms,
(ii) Reconfiguration of the 5 bedroom shared flats to provide 6 self contained 2 bedroom flats and 6 self contained single bedroom flats,
(iii) Reconfiguration of the 3 bedroom shared flats to provide 2 bedroom self-contained flats,
(iv) Full refurbishment of the 6 existing 1 bedroom accommodations,
(v) Gas boiler installations to flats 1-18,
(vi) Replacement of internal doors, frames, architraves, skirting, etc and redecoration of communal areas,
(vii) Plumbing installation upgrades, electrical installation upgrades and fire detection upgrades.
Estimated value excluding VAT: 717 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: As detailed in the prequalification questionnaire (“PQQ”) referred to below that will be sent to applicants who respond to this notice.The PQQ must be completed and returned with all required supporting information by the deadline listed in section IV.3.4 of this notice. Bidders who satisfy any of the criteria for rejection set out in Regulation 23 Public Contracts Regulations 2006 (as amended) shall be treated as ineligible. Bidders may be requested to provide such evidence as is reasonably necessary to allow the Contracting Authority to establish that the aforementioned criteria does not apply to them.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Prequalification Questionnaire.
III.2.3)Technical capacity
The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Prequalification Questionnaire.
Minimum level(s) of standards possibly required:
The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Prequalification Questionnaire.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:25.4.2014