
Market Leads & Opportunities
United Kingdom-Belfast: PRN1072 Composite Door Supply
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 080-178544/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
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:
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: PRN1072 Composite Door Supply
II.1.2) Main CPV code: 44221200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The successful supplier will be expected to supply and deliver Composite Doorsets to Choice Services staff as required over a 24 month period in accordance with the pricing schedule contained in the tender documents. The successful supplier shall warrant that the materials being supplied are in sound condition, fit for purpose, adhere to standards and free from defects for a period of 24 months from date of delivery. Any goods supplied which do not meet this criteria shall be repaired or replaced within 1 month (from notification) at no additional cost to Choice Housing Ireland Limited.
II.1.5) Estimated total value:
Value excluding VAT: 150000.00 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:
The successful supplier will be expected to supply and deliver Composite Doorsets to Choice Services staff as required over a 24 month period in accordance with the pricing schedule contained in the tender documents. The successful supplier shall warrant that the materials being supplied are in sound condition, fit for purpose, adhere to standards and free from defects for a period of 24 months from date of delivery. Any goods supplied which do not meet this criteria shall be repaired or replaced within 1 month (from notification) at no additional cost to Choice Housing Ireland Limited.
Tenderers should refer to the specification details noted in the tender documents. Particular attention should be paid to specification details noted on doors, doorframes, glazing, weathersealing, ironmongery, locking systems, door viewers, security chains and thresholds. The tenderer should note that all door sets should be enhanced security door sets that meet the requirements of the PAS 24 protocol. The door manufacturer must hold a current “Secured by Design” Licence and the “Secured by Design” licence must certify all doors sets tested with and without letter plates and classified. Each door set should have the name of manufacturer, date of manufacture and classification of the door clearly stated with a permanent label marked on the head of the door as per recommendation from “Secured by Design”. All component parts should be to British Standard “kite marked” or BBA approved, verification of which should be supplied on request. Doorsets must meet the performance standards set out, as such a copy of the test certificate and test report listing all of the doors components and ironmongery including manufacturer name and part numbers as tested by a UKAS test house, must be provided on request. Door sets supplied must have exactly the same components and ironmongery as specified in Test certificates. The fitting tolerance must be plus or minus 5 mm, door sets which are deemed to be outside fitting tolerances must be remade at no further expense to Choice Housing Ireland Limited. All doorsets must be completely draught free when closed, they must meet the following minimum performance criteria for weather resistance as defined in BS 6375-1:2015 — classification for Weather tightness (test method BS EN1026, 1027, 1028 and PAS 24, 2012).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 150000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
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:To be detailed 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 procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-05-01 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: 2018-05-01 Local time: 15:00
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:2018-04-23
More Opportunties
- United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Breast Pumps and Breast Milk Collection Sets [5180689]
17 Jun 25
Breast Pumps and Breast Milk Collection Sets [5180689]> >