Contract notice

Information

Published

Date of dispatch of this notice: 14/04/2023

Expire date: 22/05/2023

External Reference: 2023-272861

TED Reference: 2023/S 077-232494

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Board Of Management
19215C
Ballsgrove,
Drogheda
Co.Louth
IE
Contact person: Bairbre English
NUTS code:  IE -  IRELAND
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=239221&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

Marymount National School 19215C, Ballsgrove, Drogheda - Pre-Qualification for a Contractor for a new two storey Primary school at Marymount National School, Ballsgrove, Drogheda.
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The works shall consist of a new two storey 24 classroom school including all ancillary teacher and pupil facilities, with a combined floor area of 4,050M2 delivered on a phased basis, will include the phased demolition/removal of the existing school building on the site including the relocation of 1no. prefabricated building and eventual removal of all prefabricated buildings.
The Site works and vehicular access to the school grounds will be reconfigured with the existing entrance removed and a new pedestrian and vehicle entrance and exit formed off Donore Avenue providing access to a new drop off area, the new entrance also accesses a new one-way coach and staff car park along the southern boundary exiting out onto Highfield Road.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45214210  -  Primary school construction work
45000000  -  Construction work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214200  -  Construction work for school buildings
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The works shall consist of a new two storey 24 classroom school including all ancillary teacher and pupil facilities, with a combined floor area of 4,050M2 delivered on a phased basis, will include the phased demolition/removal of the existing school building on the site including the relocation of 1no. prefabricated building and eventual removal of all prefabricated buildings.
The Site works and vehicular access to the school grounds will be reconfigured with the existing entrance removed and a new pedestrian and vehicle entrance and exit formed off Donore Avenue providing access to a new drop off area, the new entrance also accesses a new one-way coach and staff car park along the southern boundary exiting out onto Highfield Road. The development will include the provision of both bicycle and electrical bike parking, hard and soft play areas, 3no. Ball courts, bins stores, piped infrastructure and ducting, plant landscaping and boundary treatments, ambulant car parking spaces, e-car charging points, ancillary pedestrian access ramp and complementary steps, signage, attenuation tank, changes in level and all associated site development and excavation works above and below ground.
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: 12000000.00  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 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 Mechanical
Reserved Specialists Electrical

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 – CF1 with Reserved Specialists
APPENDIX B2: CERTIFICATE OF SATISFACTORY EXECUTION – WORKS ONLY
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 – CF1 with Reserved Specialists
APPENDIX B2: CERTIFICATE OF SATISFACTORY EXECUTION – WORKS ONLY
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.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:  22/05/2023
Local time:  12:00
IV.2.3)

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

Date: 22/06/2023
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: none.
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

Board of Management, Marymount School
Ballsgrove,
Drogheda
Co. Louth
IE