Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

CT0133 - Major Adaptation Construction Works to properties for people with disability for the Northern Ireland Housing Executive.

  • First published: 30 May 2024
  • Last modified: 30 May 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ebb8
Published by:
Northern Ireland Housing Executive
Authority ID:
AA0046
Publication date:
30 May 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Housing Executive

2 Adelaide Street

Belfast

BT2 8BP

UK

Contact person: procurementnihe.gov.uk

E-mail: procurement@nihe.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CT0133 - Major Adaptation Construction Works to properties for people with disability for the Northern Ireland Housing Executive.

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 23 094 204.68  GBP

II.2) Description

Lot No: 1

II.2.1) Title

LOT 1 - North 1 - East Area, South Antrim Areas

II.2.2) Additional CPV code(s)

45210000

45453100

45215210

45211000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.11) Information about options

Options: Yes

Description of options:

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.

Lot No: 2

II.2.1) Title

LOT 2 - South 2 - South, Mid Ulster and South West Areas

II.2.2) Additional CPV code(s)

45210000

45453100

45215210

45211000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.11) Information about options

Options: Yes

Description of options:

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.

Lot No: 3

II.2.1) Title

LOT 3 - North 2 - Causeway and West Area

II.2.2) Additional CPV code(s)

45210000

45453100

45215210

45211000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.11) Information about options

Options: Yes

Description of options:

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.

Lot No: 4

II.2.1) Title

LOT 4 - South 1 - North Down / Ards and South Down Area

II.2.2) Additional CPV code(s)

45210000

45453100

45215210

45211000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.11) Information about options

Options: Yes

Description of options:

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.

Lot No: 5

II.2.1) Title

LOT 5 - Belfast Region – North, South, East and West Areas and Lisburn / Castlereagh

II.2.2) Additional CPV code(s)

45210000

45453100

45215210

45211000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Housing Executive wishes to procure suitably qualified and competent contractors to carry out construction works in relation to the provision of Major Adaptations for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots consisting of four Lots with 3 Contractors and one Lot with 4 Contractors each awarded a Contract (subject to a sufficient number of compliant tenders being received) covering 5 areas as detailed in the Tender documents. Subject to the terms and conditions set out in the ITT and Contract documents, the initial service period is for 2 (two) years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such period(s) as the Client sees fit provided that the cumulative period of such extension(s) shall not exceed 2 (two) years from the date of the expiry of the initial service period. Tenderers will be assessed on a “most economically advantageous tender” basis.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.11) Information about options

Options: Yes

Description of options:

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

1.1 In accordance with the mechanism of the Contract as set out in the Contract documents. Each Lot is made up of three or in respect of Lot 5, four ranked contractors. Specifically in relation to the published ‘Lot Value’, it should be noted that the volume and value of Task Orders will be based upon need which is determined by an assessment of need by occupational health, funding and other factors. In addition, it should be acknowledged that the allocation of Task Orders will be by way of rotation based upon the timing of referrals by occupational health which will result in a variance in the cumulative value of the three or in respect of Lot 5, four contracts within the Lot. This therefore means that the cumulative value of the Contractor’s Task Orders may be marginally or significantly less than that of the other contractors and similarly may be marginally or significantly more than that of the other contractors.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-031422

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: LOT 1 - North 1 - East Area, South Antrim Areas

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: LOT 2 - South 2 - South, Mid Ulster and South West Areas

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: LOT 3 - North 2 - Causeway and West Area

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/05/2024

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

DSK CONTRACTS LTD

6a Gortinure Road

MAGHERA

BT46 5RB

UK

E-mail: dskcontracts@yahoo.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PCD CONTRACTS LTD

5 Church Street

BALLYMENA

BT42 2PA

UK

Telephone: +44 2825871224

E-mail: eileen@pcdcontracts.com

Fax: +44 2825878084

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Combined Facility Management Ltd CFM Ltd

Unit 8 Opus Business Park

Magherafelt

BT45 6BB

UK

Telephone: +44 2879386451

E-mail: info@cfm-ni.com

NUTS: UKN

Internet address(es)

URL: https://www.cfm-ni.com/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 9 126 603.49  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: LOT 4 - South 1 - North Down / Ards and South Down Area

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/05/2024

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

P.K. MURPHY CONSTRUCTION LTD

91 Sluggan Road

DUNGANNON

BT70 2UP

UK

Telephone: +44 2887758848

E-mail: clairek@pkmurphy.co.uk

Fax: +44 2887759699

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P D MC MAHON CONTRACTS LTD

23 Crohill Road

NEWRY

BT34 2LF

UK

Telephone: +44 2830264529

E-mail: accounts@pdmcmahoncontractsltd.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MASCOTT CONSTRUCTION EUROPE LTD

4 Pilots View 18 Heron Road

BELFAST

BT3 9LE

UK

Telephone: +44 2890754090

E-mail: tenders@mascott.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 7 471 876.46  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: LOT 5 - Belfast Region – North, South, East and West Areas and Lisburn / Castlereagh

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/05/2024

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

PCD CONTRACTS LTD

5 Church Street

BALLYMENA

BT42 2PA

UK

Telephone: +44 2825871224

E-mail: eileen@pcdcontracts.com

Fax: +44 2825878084

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DSK CONTRACTS LTD

6a Gortinure Road

MAGHERA

BT46 5RB

UK

Telephone: +44 7849998770

E-mail: dskcontracts@yahoo.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P.K. MURPHY CONSTRUCTION LTD

91 Sluggan Road

DUNGANNON

BT70 2UP

UK

Telephone: +44 2887758848

E-mail: clairek@pkmurphy.co.uk

Fax: +44 2887759699

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MAURICE FLYNN SONS LTD

2 Springbank Road, Springbank Industrial Estate

BELFAST

BT17 0QL

UK

Telephone: +44 2890303800

E-mail: aidan@mauriceflynn.com

Fax: +44 289613667

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 6 495 724.74  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The initial service period is for 2 two years from the starting date, notwithstanding the date of the Contract if earlier. The Client has the option, at its sole discretion, to extend the period by such periods as the Client sees fit provided that the cumulative period of such extensions shall not exceed 2 two years from the date of the expiry of the initial service period. For the avoidance of doubt, such an extension of the Contract shall not be taken as any indication that any Task Orders will be raised during the extended term.

VI.4) Procedures for review

VI.4.1) Review body

The Royal Courts of Justice

Chichester Street

Belfast

BT13JF

UK

VI.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Chichester Street

Belfast

BT13JF

UK

VI.5) Date of dispatch of this notice

29/05/2024

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45215210 Construction work for subsidised residential accommodation Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45453100 Refurbishment work Overhaul and refurbishment work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@nihe.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.