Contract award notice

Information

Published

Date of dispatch of this notice: 24/02/2023

External Reference: 2023-241994

TED Reference: 2023/S 043-126558

Contract award notice

Contract award notice

Results of the procurement procedure

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
NUTS code:  IE052 -  South-East
Internet address(es):
Main address: www.butlermoffat.com

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

45350000  -  Mechanical installations
II.1.3)

Type of contract

Works
II.1.4)

Short description

Mechanical Subcontractors (reserved Specialist to the Main Appointed Contractor) for Mechanical 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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  866262.00  EUR
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
45351000  -  Mechanical engineering installation works
45453100  -  Refurbishment work
51100000  -  Installation services of electrical and mechanical equipment
51120000  -  Installation services of mechanical equipment
45454100  -  Restoration work
II.2.3)

Place of performance

NUTS code:  IE052 -  South-East
Main site or place of performance:  
Blackwater Community School, Ballyanchor Road, Lismore, Co. Waterford
II.2.4)

Description of the procurement

Mechanical Subcontractors (reserved Specialist to the Main Appointed Contractor) for Mechanical 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

Criteria below
Price
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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 200-453514

Section V: Award of contract

Contract No: 1

Title: Blackwater Community School

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/05/2021
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Murphy & Kelly (Thomastown) Ltd.
4773915C
The Fairgreen
Thomastown
Kilkenny
IE
Telephone: +353 567724294
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  866262.00  EUR

Section VI: Complementary information

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