Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Trustees of Tannaghmore Primary School
70 North Street
For the attention of: The Trustees of Tannaghmore Primary School
BT67 9AH Lurgan
UNITED KINGDOM
Telephone: +44 2890446210
E-mail:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Tannaghmore Primary School, Lurgan
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Execution
Main site or location of works, place of delivery or of performance: Lake Street, Lurgan
NUTS code UKN05
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Construction of New 21 Classbase Primary School including School Meals Accommodation Unit and External Landscaping.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:£5,078,000.00
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 25 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Will be set out in the Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Will be set out in the Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:If deemed applicable - as in III.1.1 above
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Details are included in the pre-qualification documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Details are included in the pre-qualification documentation.
Minimum level(s) of standards possibly required: Details are included in the pre-qualification documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details are included in the pre-qualificiation documentation.
Minimum level(s) of standards possibly required:
Details are included in the pre-qualificiation documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Details are included in the pre-qualificiation documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaLowest price
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.8.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.8.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates18.10.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationRequested via e-mail. E-mail address:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresAll initial enquiries should be directed to the contact person detailed in sections 1.8 MOI.
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Details are included in the pre-qualificiation documentation.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:27.6.2013