Contract notice

Information

Published

Date of dispatch of this notice: 26/11/2018

Expire date: 11/01/2019

External Reference: 2018-217352

TED Reference: 2018/S 231-526921

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St. Laurence O’Tooles National School (Dublin)
20507W
St. Laurence Place East, Seville Place
Dublin 1
Co.Dublin
IE
Contact person: Sharon Callan
Telephone: +353 429354466
Internet address(es):
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=138698&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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

St. Laurence O'Toole School Extension and Conservation, Seville Place, Dublin 1
Reference number:  Roll No's. 20228S & 11776C
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 amalgamation of St. Laurence O’Toole’s Girls N.S. with St. Laurence O’Toole’s Junior Boys N.S, 2 heritage school structures located within a confined site containing the protected structure of St. Laurence O’Toole’s Church (Ref: 7495). In order to do this it is required as part of the contract to construct a 2-Storey 10 classroom prefabricated temporary school (c. 712m²) to decant the students at a nearby site. The main school buildings have protected structure status as they are situated within the curtilage of St. Laurence O’Toole’s Church and will be refurbished and extended. Works to main school buildings comprise the construction of a two storey extension (c. 383m²) to include a new entrance, link corridor, Library and GP room. The works also include minor demolition works, conservation and refurbishment to the existing buildings (c. 966m²) and ancillary site works & boundary treatments."
II.1.5)

Estimated total value

Value excluding VAT: 6400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44211100  -  Modular and portable buildings
45212350  -  Buildings of particular historical or architectural interest
45214210  -  Primary school construction work
II.2.3)

Place of performance

Main site or place of performance:  
Seville Place, Dublin 1
II.2.4)

Description of the procurement

"The amalgamation of St. Laurence O’Toole’s Girls N.S. with St. Laurence O’Toole’s Junior Boys N.S, 2 heritage school structures located within a confined site containing the protected structure of St. Laurence O’Toole’s Church (Ref: 7495). In order to do this it is required as part of the contract to construct a 2-Storey 10 classroom prefabricated temporary school (c. 712m²) to decant the students at a nearby site. The main school buildings have protected structure status as they are situated within the curtilage of St. Laurence O’Toole’s Church and will be refurbished and extended. Works to main school buildings comprise the construction of a two storey extension (c. 383m²) to include a new entrance, link corridor, Library and GP room. The works also include minor demolition works, conservation and refurbishment to the existing buildings (c. 966m²) and ancillary site works & boundary treatments."
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: 6400000.00  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 minimum number: 8
Objective criteria for choosing the limited number of candidates:
As suitability 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:  As DoES QW1 Suitability Assessment Questionnaire. A declaration is required to confirm that none of the circumstances specified in 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

As DoES-QW1-SAQ
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:  11/01/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/04/2019
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 following particular risks are identified:
Temporary Accommodation:
• Restricted site access and working area;
• Unchartered underground services;
• Delivery and Lifting of heavy prefabricated components; and
• Area known to have ongoing anti-social behaviour.
Main School:
• Restricted working area within the confines of the existing buildings;
• Presence of Asbestos Containing Materials (ACM’s) in at least Roofing, floor tiles and pipework flanges;
• Working at height in difficult areas to access;
• Demolition works required on poor existing structure with risk of uncontrolled collapse;
• Restricted working area to install proposed mechanical and electrical services;
• Delivery and Lifting of heavy prefabricated components into existing structure; and
• Area known to have ongoing anti-social behaviour.
No expressions of Interest or tender competitions have been or are being conducted separately for concurrent Contracts on site.
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, Co. Offaly
IE