Contract notice

Information

Published

Date of dispatch of this notice: 08/07/2021

Expire date: 23/08/2021

External Reference: 2021-223944

TED Reference: 2021/S 133-352591

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick and Clare Education and Training Board
3185049VH
Procurement/Capital Works Section, Station Road
Ennis
Co.Clare
IE
Contact person: Sean Griffin
Telephone: +353 656865606
NUTS code:  IE051 -  Mid-West
Internet address(es):
Main address: https://lcetb.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=193024&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

Regional or local authority
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Mungret Community College - New Build Post Primary School Works Contractor
Reference number:  RFT/2021/128
II.1.2)

Main CPV code

45214220  -  Secondary school construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The proposed works include for the construction of a new 1000-pupil post-primary school for Mungret CC with a floor area of circa 11,380m2 over 3 storey’s with rooftop plantroom at Caheranardish, Mungret, Limerick. The project includes teaching spaces, Specialist rooms / labs, social spaces, multi-purpose hall, special education needs unit & ESB sub-station. The site development works include a new site entrance & internal road with set-down area, site lighting, car parking for 90no. spaces, drainage, covered bicycle stand, six ballcourts, playing field, landscaping, new boundary treatments on a circa 10acre site. The school building is designed to achieve a minimum A3 BER & designed to meet Part L regulations. A separate competition will be conducted by the CA & identify the Mechanical & Electrical Reserved Specialists - these reserved specialists will be named in the Form of Tender & Schedule Part 3B for appointment by the main contractor upon the award of the main contract
II.1.5)

Estimated total value

Value excluding VAT: 23000000.00  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
45210000  -  Building construction work
45214200  -  Construction work for school buildings
II.2.3)

Place of performance

NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
Mungret, Co. Limerick
II.2.4)

Description of the procurement

The proposed works include for the construction of a new 1000-pupil post-primary school for Mungret Community College with a floor area of circa 11,380m2 over three-storey’s with rooftop plantroom at Caheranardish, Mungret, Limerick. The project includes teaching spaces, Specialist rooms / labs, social spaces, multi-purpose hall, special education needs unit and ESB sub-station. The site development works include a new site entrance and internal road with set-down area, site lighting, car parking for 90no. spaces, drainage, covered bicycle stand, six ballcourts, playing field, landscaping, new boundary treatments on a circa 10acre site . The school building is designed to achieve a minimum A3 BER and designed to meet Part L regulations.
A separate competition will be conducted by the Contracting Authority and identify the Mechanical and Electrical Reserved Specialists - these reserved specialists will be named in the Form of Tender and Schedule Part 3B for appointment by the main contractor upon the award of the main 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: 23000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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 per QW2 form issued
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 per DOE QW2 SAQ. 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

As per DOE QW2 SAQ
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/08/2021
Local time:  12:00
IV.2.3)

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

Date: 20/09/2021
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: [to be confirmed at tender stage].
Expressions of Interest or tender competitions have been or are being conducted separately for: Reserve Specialists for both Mechanical and Electrical Services Installations.
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 Act, 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
Portlaois Road
Tullamore, Co. Offaly
R35 Y2N5
IE