Contract notice

Information

Published

Date of dispatch of this notice: 07/04/2022

Expire date: 11/05/2022

External Reference: 2022-213414

TED Reference: 2022/S 072-191037

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St. Eunan’s College
62830R
College Road
Letterkenny
Co.Donegal
IE
Contact person: Principal, Damien McCroary
Telephone: +353 749121143
NUTS code:  IE04 -  Northern and Western
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=211183&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

Electrical Sub-Contract Works for the redevelopment of the existing school campus at St. Eunan`s College, Letterkenny, Co. Donegal.
Reference number:  RN 62830R
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Electrical Sub-Contract: Redevelopment of existing school at St. Eunan`s College,
Letterkenny, Co. Donegal, to be constructed in 3 phases of 10 months within a contract period of 30 months. Development includes; (i)Removal of existing temporary school buildings (ii) Removal of existing sports hall and single story 1979 teaching block (iii) Construction of a new 2-storey Post Primary School Building (7,703.8 sq. m gross floor area)
(iv) Refurbishment of Protected Structures; original 1906 `Castle` building, 1933 extension to the Castle and the 1961 Chapel (v) Site development works (vi) Diversion of existing ESB power lines and construction of new ESB substation, hard and soft landscaping, associated site development and service infrastructure works. Reserved Specialists for the Mechanical and Electrical Services Installations are being pre-selected and procured separately from the Main Contract and on appointment will be required to enter into contract with the Main Contractor.
II.1.5)

Estimated total value

Value excluding VAT: 3100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45214200  -  Construction work for school buildings
45310000  -  Electrical installation work
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
St.Eunan’s College, College Road, Letterkenny, Co.Donegal. F92 RR71
II.2.4)

Description of the procurement

Expressions of interest are invited for the Electrical Installation for the redevelopment of the existing school campus at St. Eunan`s College, Letterkenny, Co. Donegal. The proposed project is to be constructed in 3 sequential phases of 10 months each within an overall contract period of 30 months. The development includes;
(i)Removal of all existing temporary school buildings, including foundations and demolition of any related elements (ii) Removal of existing sports hall and single story 1979 teaching block (iii) Construction of a new permanent 2-storey Post Primary School Building for St Eunan’s College (7,703.8 sq. m gross floor area) with associated external signage (iv) Refurbishment of Protected Structures including the original 1906 `Castle` building, 1933 extension to the Castle and the 1961 Chapel. The constituent elements of the New School Building and Refurbished Existing building comprise: (a) 37 no. general classrooms, 20 no. specialist teaching rooms, 2 no. special needs classrooms within a Special Educational Needs Suite, multi-purpose hall and associated ancillary accommodation, staff room, administration rooms, toilets, stores and a general purpose room with associated kitchen and store (b) External covered area and external construction studies store (c) Site development works including vehicular parking with new drop-off zones including 88 no. additional standard car parking spaces and 4 no. universally accessible parking spaces (d) a pedestrianised area including controlled service / emergency vehicular access (e) 6 no. new ball courts. The proposed development also includes diversion of existing ESB power lines and construction of new ESB substation, hard and soft landscaping, grassed play space, landscaped courtyards, SEN garden / play space, associated site development and service infrastructure works.
Reserved Specialists for the Mechanical and Electrical Services Installations are being pre-selected and procured separately from the Main Contract and on appointment will be required to enter into contract with the Main Contractor.
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: 3100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
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
II.2.14)

Additional information

Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into contract with the Main Contractor. Reserved Specialists will be required to execute a Collateral Warranty with the Employer.

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-QW4 Suitability Assessment Questionnaire – Reserved Specialists [latest version].
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

As DoES-QW4 Suitability Assessment Questionnaire – Reserved Specialists [latest version].
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:  11/05/2022
Local time:  11:00
IV.2.3)

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

Date: 03/10/2022
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 enter into a contract with the successful Main Contractor.
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: none if not otherwise stated
Expressions of Interest or tender competitions have been or are being conducted separately for: Main Contract and Mechanical Reserved Specialist
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
Portlaoise Road
Tullamore, County Offaly
R35 Y2N5
IE