Contract notice

Information

Published

Date of dispatch of this notice: 28/02/2020

Expire date: 17/04/2020

External Reference: 2020-201863

TED Reference: 2020/S 045-105649

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Education and Skills
IE4000067R
Portlaoise Road, Tullamore
Offaly
R35 Y2N5
IE
Contact person: Peter Nolan
Telephone: +353 018896725
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=161793&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

Schools Remediation Programme
Reference number:  SRP2
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Minister for Education and Skills (the Contracting Authority), intends to establish a Multi-Party Framework, of suitably qualified and experienced Building Contractors to deliver Works Contracts for the structural & architectural remediation and associated works of an envisaged 18 number schools across Ireland (Package B). It is intended that each Works Contract will comprise of a number of schools. Applicants should note that further / fewer projects may be carried out under the Framework at the discretion of the Contracting Authority.
II.1.5)

Estimated total value

Value excluding VAT: 0.01  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45214200  -  Construction work for school buildings
45223200  -  Structural works
45210000  -  Building construction work
45214210  -  Primary school construction work
45214220  -  Secondary school construction work
II.2.3)

Place of performance

Main site or place of performance:  
Various locations
II.2.4)

Description of the procurement

It is envisaged that the works to the 18 schools in Package B shall be divided into two or more separate bundles. Notwithstanding this, Applicants should note that the Contracting Authority may award Works Contracts under Package B in such order or combination as it sees fit. For example, the Contracting Authority reserves the right not to proceed with any package or packages, to adjust the number of schools that might be included in any package, to award more than three packages or to award a Works Contract for a single school, each at its discretion. Applicants should also note that packages may not be of equal size or value.
The works shall be carried out both during the summer school holidays (when the schools will typically be vacated) and also during school academic terms (during which the schools will be partially or fully occupied). It is anticipated that the Works Contracts shall include the following services and works: project and construction team management, PSCS, procurement and management of materials and subcontracting supply chain, preliminaries (including security, access provision and control, temporary works design, site construction facilities) and all temporary and permanent remediation works.
Further details of the competition and works to be completed are set out in the SAQ documents.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 0.01  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set down in the Suitability Assessment Questionnaire documentation.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The term of the framework is for 2 years, subject to an extension or extensions at the contract authorities sole discretion up to the maximum allowable by law. The duration of any call-off contract may continue after the expiry of the Framework Agreement.
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 Section VI.3) Additional information

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2.2)

Contract performance conditions

Refer to Suitability Assessment Questionnaire and all relevant associated 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

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 213-521435
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/04/2020
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/05/2020
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 : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Applicants should note that the total value of the works that may be procured via the Framework Agreement cannot be definitively estimated by the Contracting Authority at this stage, and for this reason the value set out above in sections II.1.5 and II.2.6 is a nominal value only. While the Contracting Authority is not obliged to award any contracts under the Framework Agreement, it is anticipated that the value of the contract will significantly exceed the nominal value. The Contracting Authority reserves the right to award contracts that fall within the scope of the Framework Agreement notwithstanding that the value exceeds the nominal value set out in this contract notice, and the value entered in II.1.5 and II.2.6 shall not be a limit upon the total potential value of the Framework Agreement.
The Contracting Authority reserves the right at any time to:
i) Reject any or all responses and to cancel or withdraw this procurement at any stage;
ii) Award a contract without prior notice;
iii) Change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
iv) Require an Applicant to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
v) Terminate the procurement process; and
vi) Amend the terms and conditions of the selection and evaluation process.
Under no circumstances will the Contracting Authority or any of its respective advisors be liable for any costs or expenses incurred by Applicants and/or its respective advisors arising directly or indirectly from this procurement or termination thereof, including, without limitation, any changes or adjustments made to the procurement documentation, or the exclusion/disqualification of an Applicant.
Any discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay, Dublin 7
Dublin
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Refer to SI 130/2010 as amended, in particular Regulation 7 of SI 130/2010