Contract notice

Information

Published

Date of dispatch of this notice: 01/09/2021

Expire date: 01/10/2021

External Reference: 2021-266210

TED Reference: 2021/S 172-449560

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Kilkenny and Carlow ETB
3185103BH
Seville Lodge, Callan Road
Kilkenny
Co.Kilkenny
IE
Contact person: Triona Delaney
Telephone: +353 567770966
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=196720&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Kilkenny and Carlow Education and Training Board, invites you to tender for Architectural Consultancy Services for Additional Accommodation at Colaiste Mhuire, Johnstown, Co Kilkenny.
Reference number:  Architect Svs.- Colaiste Mhuire
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The project will comprise:
Provision of Additional Accommodation 2021 –12x General classrooms (2 x Prefab replacement), 11x SET rooms, 1x Home Econ room, 1x Graphics room, 2x Science lab, 1 x Art room, 1x Science Shared prep area, 1x Engineering room, 1x Tech prep area, 2x Project store, 1 x Staff room, Create Textiles room from existing Staff room, 1x GP/Dining hall, 1x Library at Colaiste Mhuire as per attached Brief.
Please Note: As part of the design development process, the appointed DT are required to develop an overall site masterplan which should include for the provision of a PE Hall Facility accommodation. The PE Hall Facility will not be delivered as part of this project.
This masterplan should allow for the easy provision/ delivery of the PE Hall Facility at a later date with no intervention to the existing building. This masterplan shall be provided as part of the Stage 1 submission. See details in attached brief.
II.1.5)

Estimated total value

Value excluding VAT: 7780000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Colaiste Mhuire Johnstown Co Kilkenny Ireland
II.2.4)

Description of the procurement

KCETB require Architectural Consultancy Services for Additional Accommodation at Colaiste Mhuire, Johnstown, Co. Kilkenny. The project will comprise:
Provision of Additional Accommodation 2021 –12x General classrooms (2 x Prefab replacement), 11x SET rooms, 1x Home Econ room, 1x Graphics room, 2x Science lab, 1 x Art room, 1x Science Shared prep area, 1x Engineering room, 1x Tech prep area, 2x Project store, 1 x Staff room, Create Textiles room from existing Staff room, 1x GP/Dining hall, 1x Library at Colaiste Mhuire as per attached Brief.
Please Note: As part of the design development process, the appointed DT are required to develop an overall site masterplan which should include for the provision of a PE Hall Facility accommodation. The PE Hall Facility will not be delivered as part of this project.
This masterplan should allow for the easy provision/ delivery of the PE Hall Facility at a later date with no intervention to the existing building. This masterplan shall be provided as part of the Stage 1 submission. See details in attached brief.
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: 7780000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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

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:  As per DoES documents:
• DoES-QC1 Suitability Assessment Declaration 2017
• DoES-QC1 Appendix B1 2017
• DoES-QC1 Appendix B2 2017
A declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014/24/EU (and Regulation 57 of SI No. 284 of 2016) or Article 80 of Directive 2014/25/EU (and Regulation 85 of SI No.286 of 2016) apply to the applicant.]
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

As per DoES documents:
• DoES-QC1 Suitability Assessment Declaration 2017
• DoES-QC1 Appendix B1 2017
• DoES-QC1 Appendix B2 2017
• DoES-QC1 PSDP Consultants Framework 2017
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:  01/10/2021
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  01/10/2021
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

All tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission of the apparently successful tenderer will be validated prior to awarding the contract.
The contract will be awarded on the basis of most economically advantageous tender.
The scope of works requirements may be extended to include additional works of a similar nature at the discretion of the Contracting Authority. All additional scope of works are subject to the restrictions as set out in Article 72 of Directive 2014/24/EC (Regulation 72, SI 284 of 2016).
It is a condition precedent to the award of the Contract that the successful Tenderer will provide a current tax clearance certificate or in the case of a non-resident Tenderer a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.
The Funding Agency, the Department of Education & Skills, is subject to the requirements of the Freedom of Information Acts, 1997, 2003 and 2014. If a tenderer considers that any of the information supplied in response to this notice is either commercially sensitive or confidential, this should be highlighted and reasons for its sensitivity given. The relevant material will, in response to a request under the Act, be examined in the light of exemptions provided for in the Act.
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Education and Skills
Portlaoise Road
Tullamore, County Offaly
IE