Contract notice

Information

Published

Date of dispatch of this notice: 28/11/2018

Expire date: 08/01/2019

External Reference: 2018-239602

TED Reference: 2018/S 232-530254

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Education and Skills
IE4000067R
Marlborough Street
Dublin
Dublin 1
IE
Contact person: Kieran Clohessy
Telephone: +353 0161410441
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=138978&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Interim Accommodation for Start-up Schools 2019 - Assigned Certifier Services
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Department of Education and Skills is seeking to appoint suitable consultancy firms for the provision of Assigned Certifier services for the delivery of temporary accommodation facilities on suitable site locations (within existing buildings or new prefabs) for 13 new start-up schools in the greater Dublin region. The new schools are to be ready for occupation by August 2019. The Schools are divided into 3 LOTs, with each LOT representing a separate contract appointment (i.e. 3 firms providing Assigned Certifier services) . Refer to RFT and uploaded tender documents for further details.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
refer to RFT for details
II.2)

Description

II.2.1)

Title

Kildare / Meath
Lot No:  1
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71315400  -  Building-inspection services
71631400  -  Technical inspection services of engineering structures
II.2.4)

Description of the procurement

refer to RFT documents
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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
II.2.14)

Additional information

refer to RFT documents
II.2)

Description

II.2.1)

Title

Dublin City / Fingal
Lot No:  2
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71315400  -  Building-inspection services
71631400  -  Technical inspection services of engineering structures
II.2.4)

Description of the procurement

refer to RFT documents
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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
II.2.14)

Additional information

refer to RFT documents
II.2)

Description

II.2.1)

Title

Wicklow / DLR
Lot No:  3
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71315400  -  Building-inspection services
71631400  -  Technical inspection services of engineering structures
II.2.4)

Description of the procurement

refer to RFT documents
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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
II.2.14)

Additional information

refer to RFT documents

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:  refer to RFT 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
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Building Control Act 2007 / Building Control Regulations
refer to RFT documents
III.2.2)

Contract performance conditions

refer to RFT documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/01/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  08/01/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

refer to RFT documents
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Education and Skills
Portlaoise Road
Tullamore, Offaly
IE
Internet address: www.education.ie