Contract notice

Information

Published

Date of dispatch of this notice: 12/10/2018

Expire date: 06/11/2018

External Reference: 2018-250292

TED Reference: 2018/S 200-453516

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Blackwater Community School (Lismore)
91509E
Ballyanchor Road
Co. Waterford
Lismore
IE
Contact person: Russell Moffat
Telephone: +353 214501950
Internet address(es):
Main address: www.butlermoffat.com

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=135986&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

Blackwater Community School
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Electrical Subcontractors (reserved Specialist to the Main Appointed Contractor) for Electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the demolition of a 148m² single storey services building, the demolition of a 19.6m² boiler house and a 9.5m² shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231.5m² single storey post primary school extension, the provision of a new 3312.3m² two-storey post primary school extension, and associated new single storey links and new two-storey link, the provision of a new 49.5m² single storey external store and a new 36m² covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  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
45214220  -  Secondary school construction work
45214230  -  Special school construction work
45453100  -  Refurbishment work
51110000  -  Installation services of electrical equipment
71314100  -  Electrical services
45454100  -  Restoration work
II.2.3)

Place of performance

Main site or place of performance:  
Blackwater Community School, Ballyanchor Road, Lismore, Co. Waterford
II.2.4)

Description of the procurement

Electrical Subcontractors (reserved Specialist to the Main Appointed Contractor) for Electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the demolition of a 148m² single storey services building, the demolition of a 19.6m² boiler house and a 9.5m² shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231.5m² single storey post primary school extension, the provision of a new 3312.3m² two-storey post primary school extension, and associated new single storey links and new two-storey link, the provision of a new 49.5m² single storey external store and a new 36m² covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works. Works will be carried out in a multi-phase contract.
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: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 26
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

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 Restricted Procedure Reserved Specialists for use with Public Works Contract – CF1.
A declaration is required to confirm that none of the circumstances specified in Article 57 of Directive 2014/42/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 and Declaration Restricted Procedure Reserved Specialists for use with Public Works Contract – CF1.
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:  06/11/2018
Local time:  12:00
IV.2.3)

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

Date: 04/12/2018
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 Reserved Specialist will be subcontracted to the main building contractor under the PWCF1 From Contract
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: a) falling from a height b) burial under earthfalls, and d) work involving the assembly of dismantling of heavy prefabricated components.
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: 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, 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.
Stage 2 Electronic Issue of Tender Documents:
Where the candidate has qualified from the shortlist, 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 Butler Moffat Architects, Farnham House, 26/27 MacCurtain Street, Cork.
This hard copy will be deemed to be the official tender documents.
Viewing of these documents will be prior appointment only.
All Tender Documents will be issued electronically 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
R35 Y2N5
IE