Contract notice

Information

Published

Date of dispatch of this notice: 10/08/2018

Expire date: 05/07/2019

External Reference: 2018-476812

TED Reference: 2018/S 155-354669

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Kildare and Wicklow Education and Training Board
3185909WH
Level 5, Áras Chill Dara, Devoy Park,
Naas,
Co. Kildare
IE
Contact person: Conor Morrissey
Telephone: +353 14976766
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://kwetb.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=133645&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

Construction Works (Mechanical Services) new build 1000 pupil post primary school for Naas Community College
Reference number:  132189
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Expressions of Interest are invited from suitably qualified mechanical specialist
contractors who wish to be considered for the construction of a new 1000 pupil
post primary school building.
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)

45214220  -  Secondary school construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Millennium park, Naas, Co. Kildare
II.2.4)

Description of the procurement

The development will consist of the mechanical installation for a two and three
storey 1000 pupil post primary school (approx. 10,500m2) including heating,
ventilation, water, gas and external services.
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: 20
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:
Refer to VI.3
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-QW4 Suitability Assessment Questionnaire and Declaration Reserved Specialists for use with Public Works Contract – CF1 available at www.education.ie or by e-mail to the Contact person listed. 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

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 main 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

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:  24/09/2018
Local time:  17:00
IV.2.3)

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

Date: 15/02/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

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 shortlist
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
There are no Contractor or Employer named specialists. All sub-contractors are
domestic.
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 Type 3
The Areas of work involving Particular Risks known to Contracting Authority at
this time are: Existing 110kV overhead ESB lines are traversing the site in close
proximity to the proposed building. Existing derelict prefabricated site structures
will be required to be removed.
Flood mitigation works are required as per of the works to mitigate against a
flooding risk to the site. Roadworks will be required external to the site. Poor
existing ground conditions require piling of foundations throughout.
Expressions of Interest or tender competitions have been or are being
conducted separately for: Main Contractor, Mechanical Services and Electrical
Services
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 is 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)
VI.4)

Procedures for review

VI.4.1)

Review body

COADY Architects
Mountpleasant Business Centre
Ranelagh
D06 X7P8
IE
Telephone: +353 14976766
Internet address: www.coady.ie