Contract notice

Information

Published

Date of dispatch of this notice: 02/12/2019

Expire date: 31/01/2020

External Reference: 2019-246000

TED Reference: 2019/S 234-572974

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
R35 Y2N5
IE
Contact person: Joan Murphy
Telephone: +353 579324300
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=156360&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
KSN Project Management
Beech House, Beech Hill Road
Dublin
D04 V5N2
IE
Contact person: John Donovan
Telephone: +353 12776999
Internet address(es):
Main address: www.ksnpm.ie

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

Department of Education and Skills - Design and Build Contractor Multi-Party Framework 1 for Schools Delivery - 2020-2021
Reference number:  DoES D&B Contractor Framework 1 - 2020-2021
II.1.2)

Main CPV code

45214000  -  Construction work for buildings relating to education and research
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 Design & Build Contractor Multi-Party Framework, herein referred to as Multi-Party Framework Number 1, for the delivery of exchequer funded primary and post-primary school building projects in areas of development and increasing population across Ireland.
It is envisaged that the Framework, once established, may be open to other Government Agencies, such as Education and Training Boards or the National Development Finance Agency (NDFA), or any other agency engaged by the Department of Education and Skills charged to deliver school buildings.
Further details of the competition and works to be completed are set out in the Suitability Assessment Questionnaire Information Document.
II.1.5)

Estimated total value

Value excluding VAT: 700000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45212225  -  Sports hall construction work
45214200  -  Construction work for school buildings
45214210  -  Primary school construction work
45214220  -  Secondary school construction work
45214230  -  Special school construction work
45220000  -  Engineering works and construction works
45315100  -  Electrical engineering installation works
45351000  -  Mechanical engineering installation works
71220000  -  Architectural design services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71420000  -  Landscape architectural services
71540000  -  Construction management services
II.2.4)

Description of the procurement

The Minister for Education and Skills (the Contracting Authority), intends to establish a Multi-Party Design & Build Contractor Framework for the delivery of a bundle of exchequer funded primary and post-primary school building projects in areas of development and increasing population across Ireland.
This Multi-Party Framework will focus on bundles of large-scale projects, with call-off contracts, the subject of mini-competitions, expected to be grouped in four or more schools projects per call-off.
More information on the projected call-off contracts is contained within the Suitability Assessment Questionnaire Information Document.
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: 700000000.00  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:  
Framework Agreement is for 24 months, with the option to extend the Framework Agreement by up to 12 months.
Subject to the terms of the Framework Agreement.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As set out in the SAQ Information Document, QC1 and QW1 documents.
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.2.14)

Additional information

Attached as document

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 QC1 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 Framework Agreement for Construction Work (PW-CF9) template, Suitability Assessment Questionnaires (SAQs) QW1 and QC1, 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:  5
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 193-467706
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/01/2020
Local time:  16:00
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 : 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.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886000

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.