Competition for the establishment of a single party Framework Agreement(s) for Reactive repairs and Maintenance works for Residential Properties

Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties Competition for the establishment of a single party Framework Agreement for Reactive …

CPV: 45262690 Refurbishment of run-down buildings, 45452000 Exterior cleaning work for buildings, 50711000 Repair and maintenance services of electrical building installations, 50712000 Repair and maintenance services of mechanical building installations, 50720000 Repair and maintenance services of central heating, 77314000 Grounds maintenance services, 79993000 Building and facilities management services, 90490000 Sewer survey and sewage treatment consultancy services, 90911200 Building-cleaning services
Deadline:
Feb. 26, 2025, 5 p.m.
Deadline type:
Submitting a bid
Place of execution:
Competition for the establishment of a single party Framework Agreement(s) for Reactive repairs and Maintenance works for Residential Properties
Awarding body:
Clúid Housing Association
Award number:
1

1. Buyer

1.1 Buyer

Official name : Clúid Housing Association
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Competition for the establishment of a single party Framework Agreement(s) for Reactive repairs and Maintenance works for Residential Properties
Description : Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties
Procedure identifier : 0f7a9b46-798f-4f83-ab9f-8195f98e83f2
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : pre qualification by lot followed by tender by lot

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 90490000 Sewer survey and sewage treatment consultancy services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 45452000 Exterior cleaning work for buildings
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 77314000 Grounds maintenance services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 12 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Purely national exclusion grounds : As detailed in the tender documents

5. Lot

5.1 Lot technical ID : LOT-0001

Title : East Region 1
Description : Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 90490000 Sewer survey and sewage treatment consultancy services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 45452000 Exterior cleaning work for buildings
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 77314000 Grounds maintenance services

5.1.2 Place of performance

Anywhere
Additional information : as detailed in the tender documents

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2029

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Euro
Maximum value of the framework agreement : 4 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Other
Name : as detailed in the tender documents
Description : as detailed in the tender documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : price quality ratio
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/02/2025 17:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : 30 days

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Clúid Housing Association
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Clúid Housing Association
Organisation processing tenders : Clúid Housing Association
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0002

Title : East Region 2
Description : Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 90490000 Sewer survey and sewage treatment consultancy services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 45452000 Exterior cleaning work for buildings
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 77314000 Grounds maintenance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2029

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Euro
Maximum value of the framework agreement : 2 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Other
Name : as detailed in tender documents
Description : self declaration
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/02/2025 17:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : 30 days

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Clúid Housing Association
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Clúid Housing Association
Organisation processing tenders : Clúid Housing Association
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0003

Title : South region
Description : Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 90490000 Sewer survey and sewage treatment consultancy services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 45452000 Exterior cleaning work for buildings
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 77314000 Grounds maintenance services

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2029

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Euro
Maximum value of the framework agreement : 2 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Other
Name : as detailed in the tender documents
Description : self declaration
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/02/2025 17:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : 30 days

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Clúid Housing Association
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Clúid Housing Association
Organisation processing tenders : Clúid Housing Association
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0004

Title : West region
Description : Competition for the establishment of a single party Framework Agreement for Reactive repairs and Maintenance works for Residential Properties
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 90490000 Sewer survey and sewage treatment consultancy services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 45452000 Exterior cleaning work for buildings
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 77314000 Grounds maintenance services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : asper tender documents

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2029

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Euro
Maximum value of the framework agreement : 4 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Other
Name : as detailed in the tender documents
Description : as detailed in the tender documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/02/2025 17:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : 30 days

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Clúid Housing Association
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Clúid Housing Association
Organisation processing tenders : Clúid Housing Association
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Clúid Housing Association
Registration number : 212249
Postal address : 159 161 Sheriff Street Upper
Town : Dublin
Postcode : D01 R8N0
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17072088
Internet address : https://www.cluid.ie/
Buyer profile : https://www.cluid.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : e94a56b2-b79e-4dd5-bd28-3b7d0efc8006 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/01/2025 14:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00056568-2025
OJ S issue number : 18/2025
Publication date : 27/01/2025