web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Supply of General Building Materials

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 050-110270/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Choice Housing Ireland Limited (and its subsidiaries)
Postal address: 37-41 May Street
Town: Belfast
Postal code: BT1 4DN
Country: United Kingdom
Contact Person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441327
Email: CorporateProcurement@choice-housing.org
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.choice-housing.org/work-with-us/tenders
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: Supply of General Building Materials

Reference number: PRN1042
II.1.2) Main CPV code: 44111000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Supply and delivery of general building materials to Choice Housing Ireland Limited (or its subsidiaries) DSO staff as required. The contract is for an initial period of 12 months, extendable by yearly increments at the discretion of the Contracting Authority, up to a total of 3 years.
II.1.5) Estimated total value:
Value excluding VAT: 350000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
Supply and delivery of general building materials to Choice Housing Ireland Limited (or its subsidiaries) DSO staff as required. The contract is for an initial period of 12 months, extendable by yearly increments at the discretion of the Contracting Authority, up to a total of 3 years.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 350000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The contract is for an initial period of 12 months, extendable by yearly increments at the discretion of the Contracting Authority, up to a total of 3 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Criteria as stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-04-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-04-16 Local time: 12:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-03-12