Contract notice

Information

Published

Date of dispatch of this notice: 01/03/2021

Expire date: 01/04/2021

External Reference: 2021-238078

TED Reference: 2021/S 045-109261

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: John Donovan
Telephone: +353 12776999
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=183827&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

Term Maintenance & Refurbishment Works to Primary, Post Primary & Special Schools in various regional and urban locations (divided into Lots) within a National Framework
Reference number:  DoE TMRC
II.1.2)

Main CPV code

45210000  -  Building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Minister for Education, intends to establish Term Maintenance Contract(s) for suitably qualified and experienced Building Contractors to deliver upgrade and repair works across multiple disciplines to a number of Primary, Post Primary and Special Schools. The Term Maintenance contracts will be separated into lots, in various regions and urban locations. The schools proposed include a variety of types, sizes and ages. The scope of works under a specific task order may be split over phases, depending on size and nature of the work involved. Please refer to enclosed documents for further particulars and general description of the works. Note that works are predominantly carried out in occupied buildings and may be subject to occur outside of standard working hours and / or at emergency requirements.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Term Maintenance & Refurbishment Works to Primary, Post Primary & Special Schools in various regional and urban locations (divided into Lots) within a National Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

45214000  -  Construction work for buildings relating to education and research
45210000  -  Building construction work
II.2.4)

Description of the procurement

The Minister for Education, intends to establish Term Maintenance Contract(s) for suitably qualified and experienced Building Contractors to deliver upgrade and repair works across multiple disciplines to a number of Primary, Post Primary and Special Schools. The Term Maintenance contracts will be separated into lots, in various regions and urban locations. The schools proposed include a variety of types, sizes and ages. The scope of works under a specific task order may be split over phases, depending on size and nature of the work involved. General description of the works include, but not limited to: General repairs and maintenance to the building fabric; Roofing works; Modifications for Disability Access; Internal modification and alterations to buildings; General electrical repairs and maintenance to include fire alarm and emergency lighting installations; General plumbing, heating and mechanical system repairs and maintenance; Replacement of internal and external doors as required; 2nd fix internal carpentry works; Floor coverings and painting & decorating; Suspended celling works, dry lining, jointing and plastering; Repairs and maintenance to external works such as driveways, steps, paths, fences and boundary walls; Minor demolition works; External site works, landscaping, drainage and foul water treatment works as required; Adhoc maintenance and repair at the discretion of the contracting authority. Note that works are predominantly carried out in occupied buildings and may be subject to occur outside of standard working hours and / or at emergency requirements. Please refer to enclosed documents for further particulars.
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
At the discretion of the Contracting Authority, subject to the terms of the Framework Agreement.
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:  In accordance with Directive 2014/24/EU of the European Parliament and of the Council. See Suitability Assessment Questionnaires (SAQs) QW1 and QW3 and all relevant associated
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.2.2)

Contract performance conditions

See draft Framework Agreement (PW-CF11) template, Suitability Assessment Questionnaires (SAQs) QW1 and QW3, 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:  6
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:  01/04/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The Department of Education
Portlaoise Road
Tullamore, Co. Offaly
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and implementing Irish Regulations and the relevant standstill period applied at time of notification.