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 and 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.
Deadline
The time limit for receipt of tenders was 2020-04-03.
The procurement was published on 2020-02-28.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Schools Remediation Programme
SRP2
Products/services: Construction work๐ฆ
Short description:
โThe Minister for Education and Skills (the Contracting Authority), intends to establish a multi-party framework, of suitably qualified and experienced...โ
Short description
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 and 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.
Show more
Estimated value excluding VAT: EUR 0.01 ๐ฐ
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.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 0.01 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As set down in the suitability assessment questionnaire documentation.
Information about options
Options โ
Description of options:
โThe 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...โ
Description of options
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.
Show more Description
Additional information: Refer to section VI.3) Additional information.
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
โRefer to suitability assessment questionnaire and all relevant associated documents.โ 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
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 4
Administrative information
Previous publication concerning this procedure: 2019/S 213-521435
Time limit for receipt of tenders or requests to participate: 2020-04-03
16:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2020-05-06 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Complementary information Information about electronic workflows
Electronic payment will be used
Additional information
โApplicants should note that the total value of the works that may be procured via the framework agreement cannot be definitively estimated by the...โ
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.
Show more Review body
Name: The High Court of Ireland
Postal address: High Court Central Office, Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures: Refer to SI 130/2010 as amended, in particular Regulation 7 of SI 130/2010.
Source: OJS 2020/S 045-105649 (2020-02-28)
Contract award notice (2021-12-10) Contracting authority Name and addresses
Phone: +353 018896725๐
Object Scope of the procurement
Short description:
โThe Minister for Education (the Contracting Authority), has established a Multi-Party Framework, of suitably qualified and experienced Building Contractors...โ
Short description
The Minister for Education (the Contracting Authority), has established a Multi-Party Framework, of suitably qualified and experienced Building Contractors to deliver Works Contracts for the structural & architectural remediation and associated works across Ireland (Package B). Each Works Contract will comprise of a number of schools.
Show more
Total value of the procurement (excluding VAT): EUR 0.01 ๐ฐ
Description
Main site or place of performance: Various locations
Description of the procurement:
โIt is envisaged that the works to the schools in Package B shall be divided into two or more separate bundles. Notwithstanding this, the Contracting...โ
Description of the procurement
It is envisaged that the works to the schools in Package B shall be divided into two or more separate bundles. Notwithstanding this, 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. The 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.
Show more Award criteria
Quality criterion (name): Team and Resources for Package B1
Quality criterion (weighting): 20%
Quality criterion (name): Programme for Package B1
Quality criterion (weighting): 25%
Quality criterion (name): Delivery โ Risk, Opportunities, Approach and Methodology for Package B1
Price (weighting): 30%
Information about options
Description of options:
โThe term of the framework is for 2 years, subject to an extension or extensions at the Contracting Authority's sole discretion up to the maximum allowable...โ
Description of options
The term of the framework is for 2 years, subject to an extension or extensions at the Contracting Authority's 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.
Show more Description
Additional information: Refer to Section VI.3) Additional information
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 045-105649
Award of contract
1๏ธโฃ
Contract Number: Package B1
Title: Schools Remediation Programme
Date of conclusion of the contract: 2021-11-12 ๐
Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators โ Name and address of the contractor
Name: John Sisk & Son (Holdings) Ltd
Postal address: Wilton Works, Naas Road, Clondalkin,
Postal town: Dublin 22
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
The contractor is an SME
Name: Duggan Brothers Ltd
Postal address: Richmond, Templemore,
Postal town: Co. Tipperary
Name: Flynn Management & Contractors
Postal address: Blackwater Road, Glasnevin,
Postal town: Dublin 11
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 ๐ฐ
Total value of the contract/lot: EUR 0.01 ๐ฐ
Complementary information Additional information
โThe contract sums are commercially 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...โ
The contract sums are commercially 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.
Show more Review body
Postal address: High Court Central Office, Four Courts, Inns Quay, Dublin 7
Postal town: Dublin
Review procedure
Precise information on deadline(s) for review procedures: Refer to SI 130/2010 as amended, in particular Regulation 7 of SI 130/2010
Source: OJS 2021/S 243-639620 (2021-12-10)