Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted to the following 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:
Department of Education and Skills — Design and Build Contractor Framework for Rapid Build Schools, 2017 — 2019.
Reference number: RFT 115201 - DoES D&B Framework 2017-2019
II.1.2)Main CPV code
45214000
II.1.3)Type of contract
Works
II.1.4)Short description:
The Contracting Authority intends to establish a Design & Build Contractor Framework for the delivery of school projects in rapid developing areas across Ireland.
The framework will be established following short listing of candidates and will be based on the results of a first tender competition. The Contracting Authority is seeking expressions of interest from Design and Build Contractors who have the capability of delivering a minimum of 4 No 16 classroom schools (circa 3 000 m2 each) within a 38 week contract period to the standards as set out in Technical Guidance Document - 021 ‘Construction Standards for Schools’ and ‘Typical Output Specification for Rapid Build Schools’.
It is envisaged that between circa 20 and 40 school contracts will be procured from the framework. The overall estimated value of purchases for the entire duration of the framework is estimated at between 80 000 000 EUR to 100 000 000 EUR. (Further details available when candidates register interest.).
II.1.5)Estimated total value
Value excluding VAT: 80 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
44100000
44110000
45210000
45212225
45212330
45214200
45214210
45214220
45214230
45220000
45315100
45351000
71220000
71222000
71240000
71300000
71311000
71312000
71320000
71321000
71334000
71420000
71500000
71540000
71541000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
The Contracting Authority intends to establish a Design and Build Contractor Framework for the delivery of school projects in rapid developing areas across Ireland.
The framework will be established following short listing of candidates and will be based on the results of a first tender competition. This first competition will include the award of 1 school project. The Contracting Authority is seeking expressions of interest from Design and Build Contractors who have the capability of delivering a minimum of 4 No 16 classroom schools (circa 3 000 m2 each) within a 38 week contract period to the standards as set out in Technical Guidance Document - 021 ‘Construction Standards for Schools’ and ‘Typical Output Specification for Rapid Build Schools’.
It is envisaged that between circa 20 and 40 school contracts will be procured from the framework. The overall estimated value of purchases for the entire duration of the framework is estimated at between 80 000 000 EUR to 100 000 000 EUR. The school contracts may include extensions or new builds varying in size from GP Room extensions, 8 classroom extensions, 16 classroom extensions, new build 8 classroom, new build 16 classroom, new build 24 classroom, new build 32 classroom schools and new build 350 / 650 / 1,000 pupil post-primary schools. It is a requirement that the schools can be fully delivered (i.e. designed, manufactured, delivered, erected and completed, including the Certification in accordance with SI 09 of 2014 Building Control (Amendment) Regulations 2014) within the specified time using rapid construction methods.
The candidate must form a team to include the Building Works Contractor, Project Supervisor Construction Stage, Architect, Mechanical and Electrical Engineer, Civil and Structural Engineer, Fire Consultant, Landscape Architect and Project Supervisor Design Process. Each member of the team will be assessed independently under a single application with the Building Contractor as the lead applicant.
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: 80 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Framework Agreement is for 24 months with the option to extend by up to a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: General Educational construction projects.
II.2.14)Additional information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender.
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:
In accordance with Directive 2014/24/EU of the European Parliament and of the Council. See Suitability Assessment Questionnaires (SAQ) QW1 and QC1 and relevant and associated documents, available when candidates register interest.
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See Framework Agreement for Construction Work (PW-CF9) template, Suitability Assessment Questionnaires (SAQ) QW1 and QC1, and relevant and associated documents, available when candidates register interest.
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
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: 8
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Department of Education and Skills
Portlaoise Road, Co. Offaly
Tullamore
R35 Y2N5
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
14/03/2017