Contract award notice

Information

Published

Date of dispatch of this notice: 10/12/2021

External Reference: 2021-206893

TED Reference: 2021/S 243-639620

Contract award notice

Contract award notice

Results of the procurement procedure

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
NUTS code:  IE -  IRELAND
Internet address(es):
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 (the Contracting Authority), has established a Multi-Party Framework, of suitably qualified and experienced Building Contractors to deliver Works Contracts for the structural & architectural remediation and associated works across Ireland (Package B). Each Works Contract will comprise of a number of schools.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  0.01  EUR
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

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Various locations
II.2.4)

Description of the procurement

It is envisaged that the works to the schools in Package B shall be divided into two or more separate bundles. Notwithstanding this, 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. The 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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Team and Resources for Package B1  /  Weighting:  20%
Quality criterion  -  Name:  Programme for Package B1  /  Weighting:  25%
Quality criterion  -  Name:  Delivery – Risk, Opportunities, Approach and Methodology for Package B1  /  Weighting:  25%
Price  -  Weighting:  30%
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 Contracting Authority's 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 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
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: 2020/S 045-105649

Section V: Award of contract

Contract No: Package B1

Title: Schools Remediation Programme

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/11/2021
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

John Sisk & Son (Holdings) Ltd
Wilton Works, Naas Road, Clondalkin,
Dublin 22
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
Duggan Brothers Ltd
Richmond, Templemore,
Co. Tipperary
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
Flynn Management & Contractors
Blackwater Road, Glasnevin,
Dublin 11
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  1.00  EUR
Total value of the contract/lot:  0.01  EUR

Section VI: Complementary information

VI.3)

Additional information

The contract sums are commercially 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.
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