Cork Education and Training Board invites tenders in relation to the establishment of 29 separate framework agreements covering equipment defined by the Department of Education as follows:
Category 1 โ Construction Studies/Wood Technology Equipment CS/A and CS/B - a total of 15 lots;
Category 2 โ Engineering Equipment ENG/A and ENG/B - a total of 13 lots; and
Category 3 โ Wood Machining and Preparation Room Equipment WMP - 1 lot.
Tenderers can apply for one or all lots.
The framework will be established for 6 years, with initial contracts for 5 schools as follows: Please refer to Appendix 1 which identifies the quantities of items required for each of the 5 school sites currently approved for upgrade. These are:
Carrignafoy Community College, Carrignafoy, Cobh, Co. Cork. St. Colmans Community College, Midleton, Co. Cork. Colรกiste Fionnchua, Mitchelstown, Co. Cork. Schull Community College, Colla Rd, Schull, Co. Cork. St Aidans Community College, Dublin Hill, Cork.
Deadline
The time limit for receipt of tenders was 2022-07-05.
The procurement was published on 2022-06-03.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Establishment of 29 Framework Agreements for Classroom Equipment
Products/services: Teaching equipment๐ฆ
Short description:
โCork Education and Training Board invites tenders in relation to the establishment of 29 separate framework agreements covering equipment defined by the...โ
Short description
Cork Education and Training Board invites tenders in relation to the establishment of 29 separate framework agreements covering equipment defined by the Department of Education as follows:
Category 1 โ Construction Studies/Wood Technology Equipment CS/A and CS/B - a total of 15 lots;
Category 2 โ Engineering Equipment ENG/A and ENG/B - a total of 13 lots; and
Category 3 โ Wood Machining and Preparation Room Equipment WMP - 1 lot.
Tenderers can apply for one or all lots.
The framework will be established for 6 years, with initial contracts for 5 schools as follows: Please refer to Appendix 1 which identifies the quantities of items required for each of the 5 school sites currently approved for upgrade. These are:
Carrignafoy Community College, Carrignafoy, Cobh, Co. Cork. St. Colmans Community College, Midleton, Co. Cork. Colรกiste Fionnchua, Mitchelstown, Co. Cork. Schull Community College, Colla Rd, Schull, Co. Cork. St Aidans Community College, Dublin Hill, Cork.
Show more
Estimated value excluding VAT: EUR 8 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
Cork Education and Training Board invites tenders in relation to the establishment of 29 separate framework agreements covering equipment defined by the Department of Education as follows:
Category 1 โ Construction Studies/Wood Technology Equipment CS/A and CS/B - a total of 15 lots;
Category 2 โ Engineering Equipment ENG/A and ENG/B - a total of 13 lots; and
Category 3 โ Wood Machining and Preparation Room Equipment WMP - 1 lot.
Tenderers can apply for one or all lots.
The framework will be established for 6 years, with initial contracts for 5 schools as follows: Please refer to Appendix 1 which identifies the quantities of items required for each of the 5 school sites currently approved for upgrade. These are:
Carrignafoy Community College, Carrignafoy, Cobh, Co. Cork. St. Colmans Community College, Midleton, Co. Cork. Colรกiste Fionnchua, Mitchelstown, Co. Cork. Schull Community College, Colla Rd, Schull, Co. Cork. St Aidans Community College, Dublin Hill, Cork.
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 8 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 72
Information about variants
Variants will be accepted โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease refer to the tender documentation available from www.etenders.gov.ie, using RFT ID 215780โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Open 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: 10
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โEach framework will be established with a maximum of 10 members. The reason for a framework of a duration longer than the standard four years, is to ensure...โ
In the case of framework agreements, provide justification for any duration exceeding 8 years
Each framework will be established with a maximum of 10 members. The reason for a framework of a duration longer than the standard four years, is to ensure full alignment with the academic cycle of equipment for students at post primary level.
Show more Administrative information
Time limit for receipt of tenders or requests to participate: 2022-07-05
12:00 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: 12
Conditions for opening of tenders: 2022-07-05
12:00 ๐
Conditions for opening of tenders (place): Via eTenders platform
Conditions for opening of tenders (Information about authorised persons and opening procedure): Authorised personnel of the contracting authority
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: Anticipated upon expiry of this framework agreement in 6 years.
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition.
3) There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload. In order to submit a document to the electronic postbox, please note that you must click โSubmit Responseโ. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the โSubmit Responseโ button will be disabled automatically upon expiration of the response deadline. โข Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary. โข If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eusupply. com or Telephone: 353(0)21 2439277 (09:00am โ 17:30pm GMT) 5. All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification as per SI130.โ
Precise information on deadline(s) for review procedures
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification as per SI130.
Show more
Source: OJS 2022/S 109-307368 (2022-06-03)
Contract award notice (2023-01-19) Contracting authority Name and addresses
Contact person: Marguerite Forde
E-mail: marguerite.forde@corketb.ie๐ง Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Title: Establishment of 29 Framework Agreements for Classroom Equipment
215780
Total value of the procurement (excluding VAT): EUR 8 000 000 ๐ฐ
Information about lots
This contract is divided into lots โ Award criteria
Quality criterion (name): Quality of the equipment and its suitability for an educational environment
Quality criterion (weighting): 25%
Quality criterion (name): Supply-Chain, Delivery and Installation Proposals
Quality criterion (name): Warranty
Quality criterion (weighting): 10%
Quality criterion (name): After Sales Service and Customer Care
Quality criterion (name): Environmental Considerations
Quality criterion (weighting): 5%
Price (weighting): 25%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 109-307368
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title: Establishment of 29 Framework Agreements for Classroom Equipment
Date of conclusion of the contract: 2022-09-30 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Central Technology Supplies.ie
Postal address: Unit5 Westpoint Business Park
Postal town: Dublin
Postal code: Mulhuddart
Country: Ireland ๐ฎ๐ช
Phone: +353 01-8223355๐
E-mail: art@centraltechsupplies.ie๐ง
Fax: +353 01-8223358 ๐
Region: รire/Ireland๐๏ธ
URL: http://info@centraltechsupplies.ie ๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 8 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Ronayne Hire & Hardware
National registration number: IE6321908W
Postal address: Dublin Road
Postal town: Tipperary
Postal code: Thurles
Phone: +353 50421033๐
E-mail: p.sheridan@ronayne.ie๐ง
Fax: +353 50423581 ๐
URL: http://www.ronayne.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 8 000 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: SG Education
National registration number: 4562951 E
Postal address: Unit 8a, Dublin Road Business Park
Postal town: Sligo
Postal code: Carraroe,
Phone: +353 0719153810๐
E-mail: karl@sgeducation.ie๐ง
Fax: +353 0719152819 ๐
URL: http://www.sgeducation.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 8 000 000 ๐ฐ
Complementary information Additional information
โCategory 1- Construction Studies/Wood Technology Equipment - Ranked Cascade Order
Lot 1A - 1. Central Technology Supplies Ltd. 2. Ronayne Hire and Hardware...โ
Category 1- Construction Studies/Wood Technology Equipment - Ranked Cascade Order
Lot 1A - 1. Central Technology Supplies Ltd. 2. Ronayne Hire and Hardware Ltd. 3. SG ED
Lot 2A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 3A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 4A - 1. Central Technology Supplies Ltd. 2. Ronayne Hire and Hardware Ltd.
Lot 5A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 6A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 7A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 8A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 9A - 1. Central Technology Ltd.
Lot 10A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 11A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 12A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 13A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 1B - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Lot 2B - 1. Ronayne Hire and Hardware Ltd. 2. SG ED 3. Central Technology Ltd.
Category 2 - Engineering Equipment - Ranked Cascade Order
Lot 1A - 1. SG ED 2. Central Technology Supplies Ltd.
Lot 2A - 1. Central Technology Supplies Ltd.
Lot 3A - 1. Central Technology Supplies Ltd.
Lot 4A - 1. Central Technology Supplies Ltd.
Lot 5A - 1. Central Technology Supplies Ltd.
Lot 6A - 1. Central Technology Supplies Ltd.
Lot 7A - 1. Central Technology Supplies Ltd.
Lot 8A - 1. Central Technology Supplies Ltd.
Lot 9A - 1. Central Technology Supplies Ltd.
Lot 10A - 1. Central Technology Supplies Ltd.
Lot 11A - 1. Central Technology Supplies Ltd.
Lot 1B - 1. Central Technology Supplies Ltd.
Lot 2B - 1. Central Technology Supplies Ltd. 2. SG ED
Category 3 - Wood Machining & Wood Preparation Equipment - Ranked Cascade Order
Lot 1A - 1. Ronayne Hire and Hardware Ltd. 2. Central Technology Ltd.
Show more
Source: OJS 2023/S 017-047204 (2023-01-19)