2025 Offaly County Council Housing Maintenance: Pre-let Repair Term Maintenance and Refurbishment Works on Council owned housing stock using the Multi Party Framework Agreement

Offaly County Council intend to establish a Framework Agreement for use with a Term Maintenance and Refurbishment Works Contract (TMRC) to carry out pre-let repairs and refurbishment works on council owned stock. The properties will be mainly vacant but some will be occupied during the works. It is expected that …

CPV: 45211100 Radovi na podizanju kuća, 45211300 Građevinski radovi na kućama , 45211310 Građevinski radovi na kupaonicama, 45261410 Radovi izolacije krova, 45261211 Postavljanje crijepa od opeke, 45261212 Postavljanje crijepa od škriljevca, 45261320 Radovi postavljanja žljebova, 45261900 Radovi popravka i održavanja krova, 45262210 Radovi na temeljenju, 45262330 Radovi popravka betona, 45262690 Obnavljanje trošnih zgrada, 45320000 Izolacijski radovi, 45410000 Žbukanje, 45421130 Ugradnja vrata i prozora, 45421151 Postavljanje ugradbenih kuhinja, 45453100 Sanacijski radovi
rok:
19. kolovoza 2025. 14:00
vrsta roka:
nadmetanje
mjesto izvršenja:
2025 Offaly County Council Housing Maintenance: Pre-let Repair Term Maintenance and Refurbishment Works on Council owned housing stock using the Multi Party Framework Agreement
registar:
Offaly County Council_448
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : Offaly County Council_448
Legal type of the buyer : Local authority
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : 2025 Offaly County Council Housing Maintenance: Pre-let Repair Term Maintenance and Refurbishment Works on Council owned housing stock using the Multi Party Framework Agreement
Description : Offaly County Council intend to establish a Framework Agreement for use with a Term Maintenance and Refurbishment Works Contract (TMRC) to carry out pre-let repairs and refurbishment works on council owned stock. The properties will be mainly vacant but some will be occupied during the works. It is expected that works will be carried out on approximately 35 houses over the intended 1 year term of the contract. Approximately 30 per cent of the properties will require major works e.g. EWI (Solid Walls), re-plumb, rewire, replace windows and doors, Heat pump, close up chimney etc., new bathroom, kitchen and internal doors, replace boundary fencing, paint internally, all other standard servicing and replacement for items for pre-lets, etc. The other 70 per cent will require standard works e.g. service or replace existing gas/oil boiler, replace external teak doors, service windows, kitchen, bathroom (replace taps, handles, seals, etc), extend tiling around bath, top up attic insulation, electrical checks and minor repairs/additions, fit new alarms, fit new immersion and cylinder, service/replace iron monetary on internal doors, paint internally, tidy up externally, replace/repair boundary fences if needed, remove waste and contents etc. It is proposed to establish a multi-participant framework list of qualified participant contractors who can be called upon to carry out Task Orders under the terms of the TMRC. A list of 12 participants and 5 reserve participants will be established, participants will be ranked on lowest price and must qualify under the requirements of the Suitability Assessment Questionnaire. All items listed in Volume C Pricing Document must be priced. It is intended to award works using Option C (Application of framework rates) of the Agreement for the majority of the properties requiring works. The process will proceed as follows: When a pre-let becomes available to repair, Offaly County Council staff shall visit the property to inspect it, take measurements and prepare a works list by selecting the appropriate items from the pricing document. The council will, without consulting the participants (contractors), apply the framework rates tendered in each framework participants pricing document to the quantities and having extended the rates and quantities and summed them, determine the lowest comparative price. A task order will be offered to the framework participant with the lowest comparative cost. Alternatively, Offaly County Council may hold a mini tender competition under Option A (Mini-competition with all participants) of the Agreement among framework participant contractors who have met the mandatory criteria. The participants will be asked to price the list of works for the property via e-tenders quick quote system. The participant will be deemed to have thoroughly review all information supplied with the task order / mini competition tender and have acquainted themselves with the nature, scope, and extent of all proposed work before responding to the Task Order / mini competition in accordance with the conditions of contract. All participant contractors will have to be first approved by Offaly County Council Health Safety Officer to perform the duties of PSCS before being appointed. This is a pass/fail requirement for this contract.
Procedure identifier : 33ac3621-3f66-428b-9759-0ad002ba23c0
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45211300 Houses construction work
Additional classification ( cpv ): 45211100 Construction work for houses
Additional classification ( cpv ): 45211310 Bathrooms construction work
Additional classification ( cpv ): 45261212 Roof-slating work
Additional classification ( cpv ): 45261211 Roof-tiling work
Additional classification ( cpv ): 45261320 Guttering work
Additional classification ( cpv ): 45261410 Roof insulation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45262210 Foundation work
Additional classification ( cpv ): 45262330 Concrete repair work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45421130 Installation of doors and windows
Additional classification ( cpv ): 45421151 Installation of fitted kitchens
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 45453100 Refurbishment work

2.1.2 Place of performance

Postal address : Aras an Chontae Charleville Road
Town : Tullamore
Postcode : R35F893
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 1 800 000 Euro
Maximum value of the framework agreement : 2 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 2025 Offaly County Council Housing Maintenance: Pre-let Repair Term Maintenance and Refurbishment Works on Council owned housing stock using the Multi Party Framework Agreement
Description : Offaly County Council intend to establish a Framework Agreement for use with a Term Maintenance and Refurbishment Works Contract (TMRC) to carry out pre-let repairs and refurbishment works on council owned stock. The properties will be mainly vacant but some will be occupied during the works. It is expected that works will be carried out on approximately 35 houses over the intended 1 year term of the contract. Approximately 30 per cent of the properties will require major works e.g. EWI (Solid Walls), re-plumb, rewire, replace windows and doors, Heat pump, close up chimney etc., new bathroom, kitchen and internal doors, replace boundary fencing, paint internally, all other standard servicing and replacement for items for pre-lets, etc. The other 70 per cent will require standard works e.g. service or replace existing gas/oil boiler, replace external teak doors, service windows, kitchen, bathroom (replace taps, handles, seals, etc), extend tiling around bath, top up attic insulation, electrical checks and minor repairs/additions, fit new alarms, fit new immersion and cylinder, service/replace iron monetary on internal doors, paint internally, tidy up externally, replace/repair boundary fences if needed, remove waste and contents etc. It is proposed to establish a multi-participant framework list of qualified participant contractors who can be called upon to carry out Task Orders under the terms of the TMRC. A list of 12 participants and 5 reserve participants will be established, participants will be ranked on lowest price and must qualify under the requirements of the Suitability Assessment Questionnaire. All items listed in Volume C Pricing Document must be priced. It is intended to award works using Option C (Application of framework rates) of the Agreement for the majority of the properties requiring works. The process will proceed as follows: When a pre-let becomes available to repair, Offaly County Council staff shall visit the property to inspect it, take measurements and prepare a works list by selecting the appropriate items from the pricing document. The council will, without consulting the participants (contractors), apply the framework rates tendered in each framework participants pricing document to the quantities and having extended the rates and quantities and summed them, determine the lowest comparative price. A task order will be offered to the framework participant with the lowest comparative cost. Alternatively, Offaly County Council may hold a mini tender competition under Option A (Mini-competition with all participants) of the Agreement among framework participant contractors who have met the mandatory criteria. The participants will be asked to price the list of works for the property via e-tenders quick quote system. The participant will be deemed to have thoroughly review all information supplied with the task order / mini competition tender and have acquainted themselves with the nature, scope, and extent of all proposed work before responding to the Task Order / mini competition in accordance with the conditions of contract. All participant contractors will have to be first approved by Offaly County Council Health Safety Officer to perform the duties of PSCS before being appointed. This is a pass/fail requirement for this contract.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45211300 Houses construction work
Additional classification ( cpv ): 45211100 Construction work for houses
Additional classification ( cpv ): 45211310 Bathrooms construction work
Additional classification ( cpv ): 45261212 Roof-slating work
Additional classification ( cpv ): 45261211 Roof-tiling work
Additional classification ( cpv ): 45261320 Guttering work
Additional classification ( cpv ): 45261410 Roof insulation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45262210 Foundation work
Additional classification ( cpv ): 45262330 Concrete repair work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45421130 Installation of doors and windows
Additional classification ( cpv ): 45421151 Installation of fitted kitchens
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 45453100 Refurbishment work
Quantity : 35

5.1.2 Place of performance

Postal address : Aras an Chontae, Charleville Road
Town : Tullamore
Postcode : R35F893
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 1 800 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Fulfilment of social objectives
Description : Upgrading energy efficiency in dwelling houses
Social objective promoted : Accessibility for all

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

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
Deadline for requesting additional information : 09/08/2025 14:00 +01:00

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 : 19/08/2025 14:00 +01:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 19/08/2025 14:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 12
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Offaly County Council_448
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Offaly County Council_448
Organisation processing tenders : Offaly County Council_448

8. Organisations

8.1 ORG-0001

Official name : Offaly County Council_448
Registration number : 0401100N
Postal address : Aras an Chontae, Charleville Road
Town : Tullamore
Postcode : R35F893
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Telephone : +353 579346800
Internet address : https://www.offaly.ie
Buyer profile : https://www.offaly.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

Notice information

Notice identifier/version : 84e76c3d-9a1b-4049-a5f8-1e818ddd7858 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/07/2025 15:27 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00494176-2025
OJ S issue number : 143/2025
Publication date : 29/07/2025