Contract notice

Information

Published

Date of dispatch of this notice: 15/03/2019

Expire date: 17/05/2019

External Reference: 2019-287946

TED Reference: 2019/S 056-128417

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Pobalscoil Rosmini (Rosmini Community School)
91344V
Grace Park Road, Drumcondra, Dublin 9 (D09 H020)
Dublin 9
D09 H020
IE
Contact person: Natalie Walsh
Telephone: +353 16767400
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.nma.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=143936&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

Pobalscoil Rosmini (Rosmini Community School), new post primary school with PE Hall
II.1.2)

Main CPV code

45214220  -  Secondary school construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new three storey post-primary school of 6,786sqm to provide general classrooms, specialised classrooms, PE Hall, general purpose area, a unit for pupils with multiple disability visual impairment, ancillary accommodation. Photovoltaic panels, at roof level are to be provided to the new school building. The development will also consist of demolition of the existing post-primary school building, including specialist removal of asbestos. The development will include a new pedestrian and vehicle exit on to Grace Park Road to provide a one-way vehicle route with a vehicle set down zone, 3 new hard play courts, site landscaping, cycle paths, bicycle parking spaces, 48 car park spaces including accessible parking spaces, connections to public utility and drainage services, boundary treatments, alterations to existing drainage layout, and associated site development works.
II.1.5)

Estimated total value

Value excluding VAT: 11359000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45214220  -  Secondary school construction work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

This development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new part single storey, part two storey and part three storey post-primary school of 6,786sqm to provide general classrooms, specialised classrooms, PE Hall, general purpose area, a unit for pupils with multiple disability visual impairment, ancillary teaching and staff accommodation. Photovoltaic panels, at roof level are to be provided to the new school building.
The development will also consist of the demolition of the existing single storey and part two storey post-primary school building, including specialist removal of asbestos. The development will include a new pedestrian and vehicle exit on to Grace Park Road to provide a one-way vehicle route with a bus/ vehicle set down zone, 3 new hard play courts, site landscaping, cycle paths, bicycle parking spaces, additional 15 car park spaces including accessible parking spaces to provide 48 car park spaces, connections to public utility and drainage services, boundary treatments, alterations to existing drainage layout, and associated site development works.
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: 11359000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 15
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: 10
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:  Deposits and guarantees required
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Information and formalities necessary for evaluating if 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 and Declaration Restricted
Procedure for use with Public Works Contract- CF1 with Reserved Specialists (available at
www.education.ie or by e-mail to the Contact person listed).
Minimum level(s) of standards possibly required:  
Average Turnover € 11.5m
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
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 and
Declaration Restricted Procedure for use with Public Works Contract- CF1 with Reserved
Specialists (available at www.education.ie or by e-mail to the Contact person listed)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Deposits and guarantees required.
Main Terms of financing and payment and/or reference to the relevant provision s.
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom
the contract is to be awarded.
Contract is intended to be awarded to a single 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.
Other particular conditions to which the performance of the contract is subject Public Works
Contract for Building Works Designed by the Employer .
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/05/2019
Local time:  00:00
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 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. The Project categorisation for assessment of H&S competence as Works Contractor and PSCS is Major Type 3. The Areas of work involving Particular Risks known to Contracting Authority at this time are:
(1) Works which puts persons at work at risk of:
(a) falling from a height;
(b) burial under earthfalls;
or (c) engulfment in swampland
(2) Work involving the assembly of dismantling of heavy prefabricated
components.
(3) Removal of Asbestos related products
Expressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical (including lift) installations. 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 are 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). Stage 2 Electronic Issue of Tender Documents: The tender documents will be issued electronically.
One hard copy of the completed tender package will be available for inspection, during office hours, at the offices of NMA Architects, 11-12 Baggot Court Dublin 2. This hard copy will be deemed to be the official tender documents. Viewing of these documents will be by prior appointment only. A4 and A3 sized Tender Documents will be issued electronically in Word or PDF format. Any larger drawings (A2 or greater) will be issued in PDF format. The onus rests on the Tenderer to check the completeness of the documents received by electronic means. Where such documents are incomplete or illegible, the Tenderer must immediately contact the party issuing the documents. Tenders must be returned to the Contracting Authority in hard copy as described in the Instruction to Tenderers.
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Education and Skills
Portlaoise Road, Tullamore
Co. Offaly
IE