Contract notice

Information

Published

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

Expire date: 27/05/2020

External Reference: 2020-232860

TED Reference: 2020/S 045-106682

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Midleton CBS Primary School
16684W
Rosary Place
Midleton
Co.Cork
IE
Contact person: Edel Kiely
Telephone: +353 214907170
Internet address(es):
Main address: http://cork.etb.ie/

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=163171&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

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

Quantity Surveying Consultancy Services - Additional Accommodation, Ancillary Works and Car Parking
Reference number:  16684W
II.1.2)

Main CPV code

71324000  -  Quantity surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Alterations and refurbishments to the existing St. Bridget’s NS (approx. 400m2) to include 2 SEN classes, SET rooms and ancillary accommodation.
II.1.5)

Estimated total value

Value excluding VAT: 1100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71322100  -  Quantity surveying services for civil engineering works
II.2.3)

Place of performance

Main site or place of performance:  
Midleton CBS Primary School, Rosary Place, Midleton, Co. Cork. TP25 EK13
II.2.4)

Description of the procurement

The brief for the project is to design and procure additional accommodation for the school as set out in the Schedule of Accommodation in Appendix A of the Brief Formulation Report. Alterations and refurbishments to the existing St. Bridget’s NS (approx. 400m2) to include 2 SEN classes, SET rooms and ancillary accommodation. The remaining accommodation is to be located in a new extension linking the two schools together. Electrical, Mechanical, IT and alarm systems serving the two separate school buildings need to be fully integrated to allow the school to operate in an efficient and cost-effective way as a single unit. Prefabs on site are to be removed once construction is complete. The school is currently using these as SET rooms.
Except where the accommodation to be provided is for Special Needs, the accommodation is to be designed as a standalone extension. Where possible the extension should be located in a way that will facilitate a future enclosed link to the existing general-purpose room.
In the case of special needs’ accommodation, the design should provide for enclosed linkage to the main circulation in the existing building. The accommodation for pupils with Special Educational Needs (SEN) should be located and designed in accordance with the requirements of TGD 0026 and its addendums.
The design team shall also review carparking, set down arrangements to incorporate any adjustments necessitated by the new building.
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: 1100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: 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 DoES-QC1 - Suitability Assessment Declaration Framework Agreement for Consultant 2017 for Capital Works (both open procedure and restricted procedure. 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

DoES-QC1 - Suitability Assessment Declaration Framework Agreement for Consultant 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:  31/03/2020
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 : 2  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  31/03/2020
Local time:  12:00

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
Co Offaly
R35 Y2N5
IE
Telephone: +353 214907100