Contract notice

Information

Published

Date of dispatch of this notice: 20/09/2018

Expire date: 01/11/2018

External Reference: 2018-276955

TED Reference: 2018/S 184-415305

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St Marys Boys National School
17341U
Moyglare Road
Maynooth
Kildare
IE
Contact person: Bobby Moore
Telephone: +44 0289024558
Internet address(es):
Main address: www.toddarch.co.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=132922&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

St Marys Boys National School – Maynooth
Reference number:  17341U
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

The development will consist of a new 3 storey replacement Primary school building with 24 classrooms including Special Needs Unit with associated car parking, bicycle parking, bus dropoff, 3 no. Ball courts, existing astro pitch, Sensory Garden, bin compound and site boundary treatment with landscaping to include external perimeter pavement & road improvement works in conjunction with the Maynooth town corridor study. The total floor area of the new school will be 4748m²
II.1.5)

Estimated total value

Value excluding VAT: 8203144.68  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45214210  -  Primary school construction work
45214230  -  Special school construction work
II.2.3)

Place of performance

Main site or place of performance:  
Co Kildare
II.2.4)

Description of the procurement

The development will consist of a new 3 storey replacement Primary school building with 24 classrooms including Special Needs Unit with associated car parking, bicycle parking, bus dropoff, 3 no. Ball courts, existing astro pitch, Sensory Garden, bin compound and site boundary treatment with landscaping to include external perimeter pavement & road
improvement works in conjunction with the Maynooth town corridor study. The total floor area of the new school will be 4748m². The new school building will be built in front of the existing school building which will remain operational until the new building is completed. The existing building will then be demolished with remainder of site works completed. Reserved Specialists are not required on this project
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: 8203144.68  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As suitability Assessment Questionnaire
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  DoES-QW1 Suitability Assessment Questionnaire and Declaration - Restricted Procedure For use with Public Works Contract – CF5 and CF1 without Reserved Specialists Main Contractor.
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 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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

DoES-QW1 Suitability Assessment Questionnaire and Declaration - Restricted Procedure
For use with Public Works Contract – CF5 and CF1 without Reserved Specialists Main
Contractor.
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.1.8)

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 participate

Date:  01/11/2018
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The envisaged number of operators to be short-listed to tender is as stated at II.2.9 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 at
the discretion of the Contracting Authority. All additional Works requirements are subject to
the restrictions as set out in Article 72 of Directive 2014/24/EC (Regulation 72, SI 284 of
2016).
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 in existing building & adjacent public road upgrade works.
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 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.
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 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.
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Education & Skills
Portlaoise Road
Tullamore
R35 Y2N5
IE
Telephone: +00 353579324300