Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Civil Structure Engineering Services for Additional Accommodation at Ballyhass Mixed National School, Cecilstown, Mallow, Co. Cork
Reference number: 04953H
II.1.2)Main CPV code71311000 Civil engineering consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Civil Structure Engineering Services for Additional Accommodation at Ballyhass Mixed National School, Cecilstown, Mallow, Co. Cork
II.1.5)Estimated total valueValue excluding VAT: 1 670 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71311100 Civil engineering support services
71322000 Engineering design services for the construction of civil engineering works
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
Main site or place of performance:
II.2.4)Description of the procurement:
Description of the Project
Ballyhass Mixed National School is a Primary School under the patronage of the Bishop William Crean in the dioceses of Cloyne
Please see attached Project Brief & Schedule of Additional Accommodation
In summary, the project will comprise:
Section:
1 General classroom
2 x Classroom SEN base incl WC
Giving a floor area incl circulation and internal walls of: 570m2
Secure and soft play area 100 m2
Sensory garden 100m2
6 parking spaces
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 670 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 50
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
Declaration As DoES-QC1 Suitability Assessment
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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Declaration As DoES-QC1 Suitability Assessmen
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participateDate: 24/10/2022
Local time: 13:00
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 tenderDuration in months: 2 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/10/2022
Local time: 13:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis 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 bodyOfficial name: Department of Education
Postal address: Portlaoise Road,
Town: Tullamore
Country: Ireland
VI.5)Date of dispatch of this notice:21/09/2022