Contract notice

Information

Published

Date of dispatch of this notice: 26/05/2021

Expire date: 29/06/2021

External Reference: 2021-210376

TED Reference: 2021/S 103-270000

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Lismullen National School
18106P
Garlow Cross
Navan
Co.Meath
IE
Contact person: Deirdre Lennon
Telephone: +353 14976712
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=189797&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

New build 16 classroom GRD school ,Lismullen NS Garlow Cross, Navan Co Meath.
Reference number:  Lismullen National School
II.1.2)

Main CPV code

45214210  -  Primary school construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Construction of a new Dept of Education Generic Repeat Design( GRD) two storey primary school with 16 classrooms, SET rooms, GP Hall and ancillary school facilities. New build school area is 2456m2. Works include car park, ball courts, play areas ,site works and hard and soft landscaping. The phased construction programme requires provision of serviced temporary accommodation and parking on an operational school site and demolition of the existing school .Services diversions on public road and a new septic tank on the site are also required.
II.1.5)

Estimated total value

Value excluding VAT: 6430000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering 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:  IE -  IRELAND
Main site or place of performance:  
Lismullen Garlow Cross Navan Co. Meath
II.2.4)

Description of the procurement

Construction of a new Dept of Education Generic Repeat Design( GRD) two storey primary school with 16 classrooms, SET rooms, GP Hall and ancillary school facilities. New build school area is 2456m2. Works include car park, ball courts, play areas ,site works and hard and soft landscaping. The phased construction programme requires provision of serviced temporary accommodation and parking on an operational school site and demolition of the existing school .Services diversions on public road and a new septic tank on the site are also required.
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: 6430000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 21
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:
DoES 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

Attached as document

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:  List and brief description of conditions: As DoES -QW1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019, QW1-appendix-l-cv-template and Form-b2-certificate-of-satisfactory-execution-april-2019. A Declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014 /24/EU ( 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 -QW1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019, QW1-appendix-l-cv-template and Form-b2-certificate-of-satisfactory-execution-april-2019.
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:  29/06/2021
Local time:  00:00
IV.2.3)

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

Date: 20/08/2021
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 : 4  (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 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: Phasing of project including services, restricted access to site for deliveries and removal works, traffic management with use of a banksman to be provided at all times. The site is accessed from public road which has a high level of vehicle traffic particularly at school opening and closing times.Traffic management required during works, site security and site segregation required at each phase, access for emergency services must be maintained at all times. Demolition of existing building. Asbestos material in existing buildings.
Excavation and earthwork, uneven ground levels, services disconnection and rerouting of esb cables.Construction vehicle traffic to be managed by the contractor and segregated from pedestrian access. 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.Evidence showing that they are in compliance with Sectoral Employment Orders for the construction
industry.
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 & Skills
Portlaoise Road
Tullamore, County Offaly IE
R35 Y2N5
IE