Contract notice

Information

Published

Date of dispatch of this notice: 15/12/2015

Expire date: 22/01/2016

External Reference: 2015-516205

TED Reference: 2015/S 245-444592

Contract notice

[NoticeContract]

[ClassicSector]

[Directive200418]

[Works]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Stewarts School
19032R
Waterstown Ave, Palmerstown
Co.Dublin  Dublin 20
IE
[Contactpoint]: Facilities Manager
[Attentionof]: Padraig Traynor
[AddressPhone]: +353 16518196
[AddressEmail]: Padraig.Traynor@StewartsCare.ie
[AddressFurtherinfo]:
KOBW Architects
2 Empress Place, Summer Hill,
T23 KH68  Cork
IE
[Attentionof]: Linda Sheehan
[AddressPhone]: +353 214502319
[AddressEmail]: linda.sheehan@kobw.ie
[AddressFax]: +353 214502319
[Internet]: www.kobw.ie
[AddressObtainAdditDocsInclDps]:
KOBW Architects
2 Empress Place, Summer Hill,
T23 KH68  Cork
IE
[Attentionof]: Linda Sheehan
[AddressPhone]: +353 214502319
[AddressEmail]: linda.sheehan@kobw.ie
[AddressFax]: +353 214502454
[Internet]: www.kobw.ie
[AddressSendTendersRequest]:
KOBW Architects
2 Empress Place, Summer Hill,
T23 KH68  Cork
IE
[Attentionof]: Linda Sheehan
[AddressPhone]: +353 214502319
[AddressEmail]: linda.sheehan@kobw.ie
[AddressFax]: +353 214502454
[Internet]: www.kobw.ie
I.2)

[CaType]

[MaintypePublicbody]
I.3)

[Mainactivity]

  • [MainactivEducation]
I.4)

[ContractBehalfOtherCa]

[ContractPuchasingBehalfCa]: [No]

[Section2]: [ObjectContract]

II.1)

[Description]

II.1.1)

[TitleContractCa]:

The New Stewarts School.

II.1.2)

[TypeLocationPlace]

[Works]
    [Execution]
    [MainsiteplaceWorksDelivery]:

    a site bounded by Newlands Road, Castle Road and Rossecourt Avenue, Balgaddy, Lucan, Co. Dublin.

    [Nutscode]
    IE021
    II.1.3)

    [FrameworkContractDpsInfo]

    [NoticeInvolvesPublicContract]
    II.1.5)

    [DescrShortContractPurch]

    A new two storey school building of 7,076m2, with an enclosed external play area occupying part of the first floor. The new building is designed to occupy a 2.07ha brownfield site.

    II.1.6)

    [Cpv]

    [CpvMain]
    45214200  
    [CpvSupplem]
    45214210  
    45214220  
    45214230  
    II.1.7)

    [GpaInfo]

    [GpaCovered]:  [Yes]
    II.1.8)

    [Lots]

    [DivisionLots]:  [No]
    II.1.9)

    [VariantsInfo]

    [VariantsAccepted]:  [No]
    II.2)

    [QuantityScopeContract]

    II.2.1)

    [TotalQuantityScope]:

    The demolition of an existing small single storey, temporary building and the construction of a part single storey, part two-storey special school for pupils with special educational needs, comprising 28 classrooms, administration offices, clinical offices, ancillary spaces, courtyards, ground and roof level play areas, together with new vehicular and pedestrian accesses, surface car parking, bus set-down area and associated site development works.

    II.2.2)

    [OptionsInfo]

    [Options]: [No]
    II.2.3)

    [RenewalsInfo]

    [RenewalsSubject]: [No]
    II.3)

    [DurationTimelimit]

    [DurationMonths]: 021 ([FromAward])

    [Section3]: [InfoLegal]

    III.1)

    [ConditionsContract]

    III.1.3)

    [LegalFormTaken]:

    Contract is intended to be awarded to a single main contractor. If a number of contractors apply as a group or joint venture and are successful, either a lead contractor must be nominated who will be responsible for providing the service or a Joint Venture must be formed or have been in existence prior to the date of this contract notice with whom the Awarding Authority will sign the contract.

    III.1.4)

    [OtherConditions]

    [SubjectParticularCond]: [Yes]
    [DescrParticular]: 

    Public Works Contract for Building Works Designed by the Employer

    III.2)

    [ConditionsParticip]

    III.2.1)

    [SituationPersonalIncl]

    [InfoEvaluatingRequir]:

    As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed) - Candidates must declare that none of the circumstances specified in Directive 2004/18/EC Article 45 and 51 apply to the applicant.

    III.2.2)

    [EconomicFinancialCapacity]

    [InfoEvaluatingRequir]:

    Evidence of Turnover, Public & Employer Liability Insurance, and capacity to obtain Performance Bond all as stated in As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    [MinStandardsRequired]:

    Average Turnover €8.37m.

    Public Liability Insurance; Employer Liability; Bond all as stated in DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    III.2.3)

    [TechnicalCapacity]

    [InfoEvaluatingRequir]:

    Educational and Professional qualifications Management, Educational and Professional qualifications Personnel; Previous Experience; Measures for Quality, Manpower, and H&S competency all as stated in As DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    [MinStandardsRequired]:

    Minimum Standards all as stated in DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available at www.education.ie or by e-mail to the Contact person listed)

    III.3)

    [ConditionsSpecifiservices]

    III.3.1)

    [ParticularProfessionInfo]

    [ParticularProfessionReserved]: [No]
    III.3.2)

    [StaffResponsible]

    [StaffResponsibleIndicate]: [No]

    [Section4]: [Procedure]

    IV.1)

    [TypeProcedure]

    IV.1.1)

    [TypeProcedure]

    [TypeRestricted]
    IV.1.2)

    [LimitOperators]

    [EnvisagedNumber]:  10
    IV.2)

    [AwardCriteria]

    IV.2.1)

    [AwardCriteria]

    [AwardCriteriaAdvantTerms] , [AwardCriteriaDescriptive]
    IV.2.2)

    [EauctionInfo]

    [EauctionWillUsed]: [No]
    IV.3)

    [InfoAdmin]

    IV.3.2)

    [PubPrevious]

    [No]
    IV.3.3)

    [ConditionsSpecDocsDescr]

    [DocsPayable]: [No]
    IV.3.4)

    [LimitReceiptTendersReqPart]

    22.01.2016 - 17:00
    IV.3.6)

    [LanguagesAllowed]

    [Language_EN]

    [Section6]: [InfoComplement]

    VI.1)

    [RecurrenceInfo]

    [RecurrentProcurement]: [No]
    VI.2)

    [EuProgrInfo]

    [EuProgrRelated]: [No]
    VI.3)

    [InfoAdditional]:

    The envisaged number of operators to be short-listed to tender is as stated at IV.1.2 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 including the provision of an additional school (on the same site or sites) at the discretion of the Contracting Authority. All additional Works requirements are subject to the restrictions as set out in Article 31. 4 (a) or Article 31. 4 (b) of Directive 2004/18/EC.

    There are no Contractor or Employer named specialists. All sub-contractors are domestic.

    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 the PW-CF1 Public Works Contract for Building Works Designed by the Employer.

    The Areas of work involving Particular Risks known to Contracting Authority at this time are: None.

    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 and 2003. 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.

    (ET Ref:72802)

    Stage 2 Electronic Issue of Tender Documents:

    The tender documents will be issued electronically on CD.

    One hard copy of the complete tender package will be available for inspection during office hours at the office of Kane Crowe Kavanagh, D19 Nutgrove Office Park, Rathfarnham, Dublin 14.

    This hard copy will be deemed to be the official set of tender documents. Viewing of the documents will be by prior appointment only.

    A4 and A3 Tender Documents will be issued electronically only (in Word or PDF format). Any larger CAD documents (A2 or greater) will be issued in DWF or PDF format.

    The onus rests with the Tenderer to check the completeness of the documents downloaded or otherwise received by electronic means. Where such downloads or CD/DVDs are incomplete or illegible the Tenderer must contact the party issuing the documentation immediately.

    Tender Returns must be in hard copy as described in the Instructions to Tenderers.