Contract notice

Information

Published

Date of dispatch of this notice: 19/05/2023

Expire date: 23/06/2023

External Reference: 2023-228444

TED Reference: 2023/S 099-308719

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St John of God Community Services clg
9692468U
Hospitaller Headquarters, Hospitaller House
Stillorgan
Co.Dublin
IE
Contact person: Procurement Department
Telephone: +353 5333326
NUTS code:  IE -  IRELAND
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=244822&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

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Reactive/Responsive Maintenance for Saint John of God Community Services – Kerry
Reference number:  SJOG Kerry MAY 2023 Reactive
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

As per the tender documents
II.1.5)

Estimated total value

Value excluding VAT: 783000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Note that the Contracting Authority is looking to establish a Single Supplier Drawdown Contract for all the Responsive/Reactive Maintenance categories required in Appendix 1. The Contracting Authority reserves the right to award a Single Supplier contract for each individual Lot. Tenderers can tender for any and all Lots.
II.2)

Description

II.2.1)

Title

Electrical
Lot No:  1
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50116100  -  Electrical-system repair services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
II.2.3)

Place of performance

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

Description of the procurement

Responsive/Reactive Maintenance for Saint John of God Community Services – Kerry Services. The services required include:
Lot 1 - Electrical.
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: 357000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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)

Description

II.2.1)

Title

Plumbing
Lot No:  2
II.2.2)

Additional CPV code(s)

45330000  -  Plumbing and sanitary works
50000000  -  Repair and maintenance services
44621200  -  Boilers
50531100  -  Repair and maintenance services of boilers
II.2.3)

Place of performance

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

Description of the procurement

Responsive/Reactive Maintenance for Saint John of God Community Services – Kerry Services. The services required include:
Lot 2 - Plumbing
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: 186000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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)

Description

II.2.1)

Title

Building Works
Lot No:  3
II.2.2)

Additional CPV code(s)

45422000  -  Carpentry installation work
45432100  -  Floor laying and covering work
45432110  -  Floor-laying work
45440000  -  Painting and glazing work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

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

Description of the procurement

Responsive/Reactive Maintenance for Saint John of God Community Services – Kerry Services. The services required include:
Lot 3 - Building Works
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: 240000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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:  Please consult the RFT documentation for this competition.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition.
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition.
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition.
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/06/2023
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 : 8  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/06/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Phoenix St N, Smithfield
Dublin
IE