Contract notice

Information

Published

Date of dispatch of this notice: 31/03/2023

Expire date: 24/05/2023

External Reference: 2023-261127

TED Reference: 2023/S 068-204872

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin & Dun Laoghaire Education and Training Board
N/A
1 Tuansgate, Belgard Square East, Tallaght
Dublin
Dublin 24
IE
Contact person: Suzanne Murphy
Telephone: +353 14529600
NUTS code:  IE06 -  Eastern and Midland
Internet address(es):
Main address: http://www.ddletb.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=238554&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

Reserved Electrical Specialist - Proposed new post-primary school on existing site for Balbriggan Community College.
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Construction of a new three-storey post primary 1000 pupil school on an existing site to compliment a recently completed Multi-Purpose Hall. The accommodation includes a new single storey two classroom Special Needs Unit and extends to 9831 m2 in total. Enabling works will include asbestos removal, contaminated soil removal, demolition works and temporary relocation and final removal off site of existing temporary classroom accommodation.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45330000  -  Plumbing and sanitary works
45351000  -  Mechanical engineering installation works
45310000  -  Electrical installation work
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Balbriggan CC, Pine Ridge, Chapel Road, Tankardstown, Balbriggan, Co Dublin K32 HE19.
II.2.4)

Description of the procurement

Construction of a new three-storey post primary 1000 pupil school on an existing site to compliment a recently completed Multi-Purpose Hall. The accommodation includes a new single storey two classroom Special Needs Unit and extends to 9831 m2 in total. Enabling works will include asbestos removal, contaminated soil removal, demolition works and temporary relocation and final removal off site of existing temporary classroom accommodation.
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: 30000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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 QW4 - Suitability Assessment Questionnaire and Declaration - Reserved Specialist
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

Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into contract with the Main Contractor. Reserved Specialists will be required to execute a Collateral Warranty with the Employer

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 – Reserved Specialists
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 – Reserved Specialists
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:  17/05/2023
Local time:  12:00
IV.2.3)

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

Date: 01/09/2023
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.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
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 enter into a contract with the successful Main Contractor.
The Project categorisation for assessment of H&S competence as Works Contractor and PSCS is Major Works
VI.4)

Procedures for review

VI.4.1)

Review body

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