Contract notice

Information

Published

Date of dispatch of this notice: 19/03/2021

Expire date: 30/04/2021

External Reference: 2021-208443

TED Reference: 2021/S 058-145575

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin & Dun Laoghaire Education and Training Board
N/A
1 Tuansgate, Belgard Square East, Tallaght
Dublin
Dublin 24
IE
Contact person: John Donovan
Telephone: +353 14529600
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.ddletb.ie

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=183132&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

Main Works Contractor procurement for the construction of a two storey extension and refurbishment of the existing school at Lucan Community College
Reference number:  Lucan CC RN 70080T
II.1.2)

Main CPV code

45214220  -  Secondary school construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Main Works Contractor procurement for the construction of a two storey extension and refurbishment of the existing school at Lucan Community College
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
II.2.3)

Place of performance

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

Description of the procurement

The works located off Esker Drive, Lucan consists of the creation of a new vehicular entrance off Esker Drive while the existing entrance will become exit only, minor alterations to the elevations and arrangement of functions to the existing building including replacement of roof finishes and heating system, the construction of a new one/two storey extension of circa 5,616 m² to accommodate a Special Education Needs Unit, a PE hall, teaching space and associated ancillary functions, the temporary relocation of one existing pre-fabricated building during the construction works, the removal of all pre-fabricated buildings at completion, the provision of temporary car parking during construction and the provision of circa 92 permanent car spaces and 100 bicycle spaces, the execution of a new arrangement of site works to include 6 no. ballcourts, a secure play area for the SEN Unit, and the creation of a secure link to the adjacent Local Authority park land/playing fields. Potential phasing of works to be agreed in advance with the Contracting Authority. Further project particulars will be provided within the tender documentation at Stage 2 of this competition. Reserved Specialist to be procured separately and novated to the main works contractor include Mechanical Services and Electrical Services specialists.
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: 15000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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 per 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
II.2.14)

Additional information

Reserved Specialist are proposed for;
- Mechanical Services Installation
- Electrical Services Installation

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 per DoES-QW1 Suitability Assessment Questionnaire and Declaration
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 per tender documents.
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:  30/04/2021
Local time:  12:00
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/EU (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 Funding Agency, the Department of Education 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
Department of Education, Portlaoise Road, Tullamore, County Offaly
Tullamore, Offaly
R35 Y2N5
IE