Contract notice

Information

Published

Date of dispatch of this notice: 02/06/2022

Expire date: 08/07/2022

External Reference: 2022-299011

TED Reference: 2022/S 108-305418

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Education
IE4000067R
Marlborough Street
Dublin
Dublin 1
IE
Contact person: Peter Nolan
Telephone: +353 018896725
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=214909&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

Framework for Consultancy Services for Large School Projects
Reference number:  2022
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework panels for full or partial (1) Architectural, (2) Civil Structural Engineering, (3) Building Services (M&E) Engineering, (4) Quantity Surveying Services and (5) Fire Safety Consultants (as appropriate), as current version (at time of secondary tender) of Design Team Procedures and DoE Standard Schedule of Stage Services for Construction Consultants available at www.education.ie or as set out in secondary competition tender documents
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71315000  -  Building services
71315210  -  Building services consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
II.2.3)

Place of performance

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

Description of the procurement

Framework panels for full or partial (1) Architectural, (2) Civil Structural Engineering, (3) Building Services (M&E) Engineering, (4) Quantity Surveying Services and (5) Fire Safety Consultants (as appropriate), as current version (at time of secondary tender) of Design Team Procedures and DoE Standard Schedule of Stage Services for Construction Consultants available at www.education.ie or as set out in secondary competition tender documents.
The framework panels (15 in total) will consist of a maximum number of applicants (as II.2.9) that meet the minimum standard for participation (suitability assessment). Only the highest scoring submissions, up to the maximum number identified, for each framework panel will be selected as participants. Where more than one applicant achieves the lowest qualifying score all applicants with that score will be included in the panels.
The project categories are Type 2b, Type 3 and Type 4. Type 2b generally refers to projects less than €3m with medium complexity or less than €10m without particular complexity. Type 3 generally refers to projects less than €10m with medium complexity or greater than €10m up to €25m without particular complexity. Type 4 generally refers to projects in excess of €25m.
The duration of the frameworks will be 3 years from the date of formation to the issue of the last secondary competition tender documents. The date of formation will be the date of the award of the first call off competition.
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: 100000000.00  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.2.9)

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

Envisaged number of candidates: 325
Objective criteria for choosing the limited number of candidates:
The criteria are as stated in Suitability Assessment Questionnaire QC1 and number of participants to the framework agreement envisaged is:
Type 4 Projects - Architects 20; Quantity Surveyors 15; Civil/Structural Engineers 15; Building Services Engineers 15; Fire Safety Consultants 15
Type 3 Projects – Architects 25; Quantity Surveyors 20; Civil/Structural Engineers 20; Building Services Engineers 20; Fire Safety Consultants 15
Type 2b Projects – Architects 40; Quantity Surveyors 35; Civil/Structural Engineers 30; Building Services Engineers 25; Fire Safety Consultants 15
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 DoE–QC1 Suitability Assessment Declaration 2022 and Framework Agreement for Construction Consultants 2022 attached to eTenders advertisement.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As DoE–QC1 Suitability Assessment Declaration 2022 and Framework Agreement for Construction Consultants 2022 attached to eTenders advertisement.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As DoE–QC1 Suitability Assessment Declaration 2022 and Framework Agreement for Construction Consultants 2022 attached to eTenders advertisement.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As DoE–QC1 Suitability Assessment Declaration 2022 and Framework Agreement for Construction Consultants 2022 attached to eTenders advertisement.

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:  325
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: 2021/S 208-544503
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/07/2022
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/10/2022
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 : 36  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Applications are invited for setting up of a framework 2012 for three number panels for each of the individual design team disciplines by means of the use of restricted procedure.
The definitions of the panels are:
1) Panel Type 2b: Projects with an estimated value in the range € 3m To € 10m
2) Panel Type 3: Projects with an estimated value in the range € 10m to € 25m
3) Panel Type 4: Projects with an estimated value exceeding € 25m
The pre-qualification stage will comprise of the creation of three panels for each discipline, one panel for projects Type 2b, one panel for projects Type 3 and a third panel for projects Type 4; each panel with separate shortlisted applicants in the individual disciplines (5 No) in each category, as listed below:
1) Consultant Architect
2) Civil and Structural Engineer
3) Building Services Engineer
4) Quantity Surveyor
5) Fire Safety Consultants
The framework panels (15 in total) will consist of a maximum number of applicants (as II.2.9) that meet the minimum standard for participation (suitability assessment). Only the highest scoring submissions, up to the maximum number identified, for each framework panel will be selected as participants. Where more than one applicant achieves the lowest qualifying score all applicants with that score will be included in the panels.
The duration of the frameworks will be 3 years from the date of formation to the issue of the last secondary competition tender documents. The date of formation will be the date of the award of the first call off competition.
The project specific services to be provided will be set out in the secondary competition tender documentation. No project specific information is available at this time.
Before submitting an expression of interest, applicants should refer to the Suitability Assessment Declaration DoE-QC1 (Framework Agreement for Construction Consultants 2022) attached to the eTenders advertisement, and satisfy themselves that they meet the minimum standards required.
The Contracting Authority reserves the right to terminate a secondary tender competition process at any time. The Contracting Authority also reserves the right to procure consultants by alternative means if it appears that the consultants can be thereby more advantageously procured. The lowest or any tender at secondary competition stage will not necessarily be accepted.
The funding agency, the Department of Education is subject to the requirements of the Freedom of Information Act. If a candidate 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.
All queries should be directed through the eTenders query facility
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court,
Four Courts,
Dublin 7
IE