Stotles logo
Awarded

Refurbishment of run-down buildings

Published

Supplier(s)

BF Construction, CTS Projects and Westside

Value

10,000,000 EUR

Description

Kildare County Council proposes to establish and operate a multi-party framework agreement for building planned maintenance works. The proposed works include but are not limited to: • vacant house repairs, • renovation of new purchases, • disabled person grant (DPG) extensions and alterations, and • repairs and minor improvements to occupied houses. Kildare County Council proposes to establish and operate a multi-party framework agreement for building planned maintenance works. The proposed works include but are not limited to: • vacant house repairs, • renovation of new purchases, • disabled person grant (DPG) extensions and alterations, and • repairs and minor improvements to occupied houses. The works may be carried out in rural and urban areas and may involve structures/dwellings not in the ownership of the contracting authority. Where works are to be carried out on dwellings or other structures these dwellings and structures may be either vacant or occupied. A large variety of projects and activities may be specified under the framework agreement for building planned maintenance works. The frequency, scale and type of projects may vary depending on the needs of the contracting authority and the urgency of the work required. The following is a non-exhaustive list of the type of projects and activities that are envisaged to be procured through this framework. Many projects will require a number of the various activities listed below. • general repairs and maintenance to the building fabric; • roofing works including but not restricted to the refitting of roof tiles, slates, ridges, lead flashings, valleys, soffit and fascia, gutters, and downpipes; • general plumbing and heating repairs and maintenance including in some instances full heating system replacement; • retrofitting of measures such a Doc M compliant bathrooms, toilets, ramped accesses, and widening of doorways; • internal modifications to houses including alterations to rooms/bathrooms/attics; etc. • general electrical repairs and maintenance; • repairs/replacement of fire backs, fireplaces, chimney stacks, flue liners, cappings and pots; • demolition/re-building of chimneys; • replacement of windows and doors, both internal and external; • construction of boundary walls and concrete post and rail fencing; • sewerage and drainage works; • 2nd fix carpentry works including doors, skirting, architraves, windows boards; etc • installation of new kitchens; • repairs to external pathways, driveways, fences and boundary walls; • painting and decorating; • external plaster repairs; • minor demolitions as nominated; • external site works, including landscaping; • clearance of household items and preparation for re-letting. Lot 1 will be a framework of no more than 12 prequalified contractors, shortlisted based on a combined assessment of both quality and price. The quality assessment will be based on the contractor’s ability to deliver the nominated jobs within the various parameters set out in the works requirements. The price assessment will be based on the combination of tender fees proposed for three nominated jobs. Works will be procured through mini-tender each time generally for the following type of works: — works that require special design input, — works that generally fall outside the scope of Lot 2, and — where it is decided to bundle a number of smaller jobs into the one package in order to get better value for money from a bigger project. A panel of at least 5 unsuccessful contractors will be retained for the life of the framework, subject to agreement with these contractors. Contractors will be constantly monitored with regards their performance. Short-listed contractors who fail to meet sufficient performance during the term of the framework will be warned, suspended or terminated from the framework. In each case, a retained contractor will be invited to join the Panel on either a temporary or permanent basis. Promotion of contractors from the retained list to the framework will be based on their position in the retained list. Description as per Lot 1 but Lot 2 consists of the following: Lot 2: Quick-turnaround Works: — Lot 2 will be assessed based on a combination of both quality and price. The Quality assessment will be based on the contractor’s ability to carry out jobs quickly and efficiently as set out in the Works Requirements. The Price assessment will be based on a comparison of the overall Bill of Rates provided by each pre-qualified contractor, and will be assessed on an annual basis, taking into account the contractors’ performance the previous 12 months and projected increases or decreases in rates for the following 12 month period, — a pricing Document is compiled for various jobs that are common in house refurbishment works. All pre-qualified contractors (those who pass Stage 1 of this Tender Competition) who submit complete valid pricing documents will have their submissions assessed, and will be ranked in order based on the scoring mechanism set in the Works Requirements, — the rates put forward by each contractor will be applicable to each job, and held valid for the life of the period of the framework, — the County will be split into 2 different Regions as per the map in Appendix 1, and as follows in general: • Region 1: Kildare North, and • Region 2: Kildare South, — based on the assessment of the contractor’s submission, one contractor will be invited to be ‘Preferred Contractor’ for each region for the following year, with the highest scoring contractor having first preference of their chosen region, followed by second highest scoring contractor, — a contractor will be permitted to join only one region, — the preferred bidder for each Region will have all task orders up to a certain maximum that come available within that area first offered to him subject to him having the resources available to deliver, — the maximum number of jobs to be offered to the preferred bidder will vary to the discretion of the council throughout the lifetime of the framework, but will initially be 6, — a panel of 8 Reserved Bidders will be maintained for the life of the framework.

Timeline

Award date

4 years ago

Publish date

4 years ago

Buyer information

Kildare County Council

Contact:
David Creighton
Email:
dcreighton@kildarecoco.ie

Explore contracts and tenders relating to Kildare County Council

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Kildare County Council

Explore more open tenders, recent contract awards and upcoming contract expiries published by Kildare County Council.

Explore more suppliers to Kildare County Council

Sign up