Contract notice

Information

Published

Date of dispatch of this notice: 20/05/2021

Expire date: 23/06/2021

External Reference: 2021-283217

TED Reference: 2021/S 099-260278

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Education and Skills
IE4000067R
Marlborough Street
Dublin
Dublin 1
IE
Contact person: Barry Casey
Telephone: +353 14976766
NUTS code:  IE06 -  Eastern and Midland
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=189501&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
COADY Architects
Unit H, Mt Pleasant Business Centre
Ranelagh
D06 X7P8
IE
Contact person: Barry Casey
Telephone: +353 14976766
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.coady.ie

Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the following address: 
COADY Architects
Unit H, Mt Pleasant Business Centre
Ranelagh
D06 X7P8
IE
Contact person: admin@coady.ie
Telephone: +353 14976766
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.coady.ie

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

Colaiste De Lacy, Ashbourne, Co.Meath – Extension to School
Reference number:  Adapt Lot 5.2
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Extensions to School to constructed in three distinct phases, (Phase 1) a 2 storey west block
comprising of 17 general classrooms, 4 specialist classrooms, Library, offices, Staff Room, pedestrian link with sanitary and ancillary accommodation. Existing internal renovations to
coincide with the new extension to provide 1 general classroom, 1 specialist classroom and
pedestrian link circulation. (Phase 2) a 2 storey east block comprising of PE, hall, gym, changing facilities, 4 specialist classrooms, 3 general classrooms, and office with sanitary and ancillary accommodation. Total floor area of extension C. 5045m2.
Proposed site works (Phase 3) to include the construction of new 115m x 80m grass pitch, the removal of 3 no. existing ball courts to be replaced with hard play area, 6 no. basketball courts, 1 bicycle stand, 37 no. car park spaces together with boundary treatment, ancillary infrastructure works and landscaping.
II.1.5)

Estimated total value

Value excluding VAT: 11118000.00  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
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
Main site or place of performance:  
Ashbourne, Co.Meath
II.2.4)

Description of the procurement

Extensions to School to constructed in three distinct phases, (Phase 1) a 2 storey west block comprising of 17 general classrooms, 4 specialist classrooms, Library, offices, Staff Room, pedestrian link with sanitary and ancillary accommodation. Existing internal
enovations to coincide with the new extension to provide 1 general classroom, 1 specialist classroom and pedestrian link circulation. (Phase 2) a 2 storey east block comprising of PE, hall, gym, changing facilities, 4 specialist classrooms, 3 general classrooms, and office with sanitary and ancillary accommodation. Total floor area of extension C. 5045m2.
Proposed site works (Phase 3) to include the construction of new 115m x 80m grass pitch, the removal of 3 no. existing ball courts to be replaced with hard play area, 6 no. basketball courts, 1 bicycle stand, 37 no. car park spaces together with boundary treatment, ancillary infrastructure works and landscaping.
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: 11118000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 32
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:
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-QW1 Suitability Assessment Questionnaire and Declaration – Restricted Procedure for use with Public Works Contract CF1 without reserved specialist contractors.
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 Questionaire and Declaration – Restricted Procedure for use
with Public Works Contract CF1 without reserved specialist contractors
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:  23/06/2021
Local time:  17:00
IV.2.3)

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

Date: 23/08/2021
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: The
site is immediately adjacent to an existing live school environment, within an existing residential
neighbourhood. Access to the site is restricted. The successful contractor will be required to
manage their construction traffic and other traffic in and around the site. The works also involve
refurbishment works to an existing (live) PP School building. The contractor will be required to
liaise and cooperate with the school, parents and pupils to eliminate health and safety risks during
the works.
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

Department of Education and Skills
Portlaoise Road
Tullamore, County Offaly
IE