Contract notice

Information

Published

Date of dispatch of this notice: 28/02/2020

Expire date: 17/04/2020

External Reference: 2020-201863

TED Reference: 2020/S 045-105649

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Department of Education and Skills
IE4000067R
Portlaoise Road, Tullamore
Offaly
R35 Y2N5
IE
[Contactpoint]: Peter Nolan
[AddressPhone]: +353 018896725
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=161793&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeMinistry]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Schools Remediation Programme
[Fileref]:  SRP2
II.1.2)

[CpvMain]

45000000  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

The Minister for Education and Skills (the Contracting Authority), intends to establish a Multi-Party Framework, of suitably qualified and experienced Building Contractors to deliver Works Contracts for the structural & architectural remediation and associated works of an envisaged 18 number schools across Ireland (Package B). It is intended that each Works Contract will comprise of a number of schools. Applicants should note that further / fewer projects may be carried out under the Framework at the discretion of the Contracting Authority.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 0.01  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45200000  - 
45214200  - 
45223200  - 
45210000  - 
45214210  - 
45214220  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Various locations
II.2.4)

[DescrProcurement]

It is envisaged that the works to the 18 schools in Package B shall be divided into two or more separate bundles. Notwithstanding this, Applicants should note that 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. Applicants should also note that 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.
Further details of the competition and works to be completed are set out in the SAQ documents.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 0.01  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
As set down in the Suitability Assessment Questionnaire documentation.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The term of the framework is for 2 years, subject to an extension or extensions at the contract authorities 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)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Refer to Section VI.3) Additional information

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Refer to Suitability Assessment Questionnaire and all relevant associated documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  4
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2019/S 213-521435
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  03/04/2020
[Time]:  16:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 06/05/2020
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EpaymentUsed]
VI.3)

[InfoAdditional]

Applicants should note that the total value of the works that may be procured via the Framework Agreement cannot be definitively estimated by the Contracting Authority at this stage, 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.
The Contracting Authority reserves the right at any time to:
i) Reject any or all responses and to cancel or withdraw this procurement at any stage;
ii) Award a contract without prior notice;
iii) Change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
iv) Require an Applicant to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
v) Terminate the procurement process; and
vi) Amend the terms and conditions of the selection and evaluation process.
Under no circumstances will the Contracting Authority or any of its respective advisors be liable for any costs or expenses incurred by Applicants and/or its respective advisors arising directly or indirectly from this procurement or termination thereof, including, without limitation, any changes or adjustments made to the procurement documentation, or the exclusion/disqualification of an Applicant.
Any discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay, Dublin 7
Dublin
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Refer to SI 130/2010 as amended, in particular Regulation 7 of SI 130/2010