Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2015

Expire date: 15/01/2016

External Reference: 2015-915718

TED Reference: 2015/S 240-434881

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Board of Management Sancta Maria College
chy17522
Sancta Maria College
Mayo  Louisburgh
IE
Contact point(s): Taylor Architects
For the attention of: Paolo Baraldini
Telephone: +353 909021988
E-mail: info@taylorarchitects.ie
Fax: +353 949022840
Internet address(es):
General address of the contracting authority: http://www.sanctamaria.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/87213
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94869&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94869&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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 authority

Body governed by public law
I.3)

Main activity

  • Education
I.4)

Contract award on behalf of other contracting authorities

The 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:

Extension and refurbishment at Sancta Maria College, Louisburgh, County Mayo.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
    Execution
    Main site or location of works, place of delivery or of performance:

    Sancta Maria College, Louisburgh, Co. Mayo

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Tender for Extension and refurbishment at Sancta Maria College, Louisburgh,

    County Mayo. The works, as shown on the Tender Drawings, comprise the

    demolition of part of existing school building, the refurbishment of the remaining

    building and the construction of a new extension including new Entrance,

    Atrium/G.P. Hall, Teaching Spaces, Physical Education Hall, Administrative and

    Ancillary Spaces, Storage and Circulation. Works will also include mechanical

    and electrical installations and site works for provision of new access roads, set

    down and carparking areas, hard and soft landscaping, play areas, services and

    new infrastructure to the school.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45214220   Secondary school construction work
    Supplementary vocabulary
    45000000   Construction work
    45214200   Construction work for school buildings
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The proposed development consists of the following works:

    The demolition of part (1058 m2) of the existing school building and existing standalone prefabs (358 m2). The renovation of the retained building (983 m2) subject to refurbishing/upgrading.

    The construction of a new 2-storey extension (3,109 m2) comprising new main entrance, 12 no. specialist classrooms, General Purpose/Dining Room and kitchenette, staff room; offices, toilets, stores, boiler and switch rooms, circulation; Physical Education Hall and ancillary spaces, external store and covered yard. The development will also include M&E installations, connections to existing services, landscaping and associated site works. The development also requires temporary classroom accommodation (840 m2) for duration of works.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 020 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Contract is intended to be awarded to a single main contractor. If a number of contractors apply as a group or joint venture and are successful, either a lead contractor must be nominated who will be responsible for providing the service or a Joint Venture must be formed or have been in existence prior to the date of this contract notice with whom the Awarding Authority will sign the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Public Works Contract for Building Works Designed by the Employer

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed) - Candidates must declare that none of the circumstances specified in Directive 2004/18/EC Article 45 and 51 apply to the applicant.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Evidence of Turnover, Public & Employer Liability Insurance, and capacity to obtain Performance Bond all as stated in As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    Minimum level(s) of standards possibly required:

    Average Turnover 5.5 milion

    Public Liability Insurance; Employer Liability; Bond all as stated in DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Educational and Professional qualifications Management, Educational and Professional qualifications Personnel; Previous Experience; Measures for Quality, Manpower, and H&S competency all as stated in As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    Minimum level(s) of standards possibly required:

    Minimum Standards all as stated in DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  10
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.01.2016 - 17:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    The envisaged number of operators to be short-listed to tender is as stated atIV.1.2 above. All applicants having an equal suitability assessment score to the lowest qualifying Candidate will also be deemed to be qualified.

    Candidates will be pre-qualified on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submissions of the apparently successful applicants will be validated prior to completing the short-list.

    Where a candidate having qualified for the short-list withdraws prior to the completion of the Tender Process or is subsequently found to have provided inaccurate information sufficient to justify exclusion (at any stage after the short-list is formed), the competition will proceed with the remaining number of candidates. Applicants who failed to be short-listed will not be subsequently added to the list.

    The contract will be awarded on the basis of most economically advantageous tender.

    The Works requirements may be extended to include additional works of a similar nature including the provision of an additional school (on the same site or sites) at the discretion of the Contracting Authority. All additional Works requirements are subject to the restrictions as set out in Article 31. 4 (a) or Article 31. 4 (b) of Directive 2004/18/EC

    There are no Contractor or Employer named specialists. All sub-contractors are domestic.

    The successful applicant will be appointed Works Contractor and Project Supervisor for the Construction Stage (PSCS) on the project in accordance with the Safety, Health and Welfare at Work (Construction) Regulations.

    The Project categorisation for assessment of H&S competence as Works Contractor and PSCS is Major Works

    The Areas of work involving Particular Risks known to Contracting Authority at this time are: Asbestos removal

    Expressions of Interest or tender competitions have been or are being conducted separately for: None

    It is a condition precedent to the award of the Contract that the successful Tenderer will provide:

    1. A current tax clearance certificate or in the case of a non-resident Contractor a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.

    2. Evidence showing that they are in compliance with the registered employment agreement(Construction Industry Pensions Assurance and Sick Pay) including death in service.

    The Funding Agency, the Department of Education & Skills is subject to the requirements of the Freedom of Information Acts, 1997 and 2003. If a candidate 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.

    (ET Ref:72802)