Contract notice

Information

Published

Date of dispatch of this notice: 23/09/2018

Expire date: 19/10/2018

External Reference: 2018-241705

TED Reference: 2018/S 184-415319

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Scoil Naisiunta Mhuire Na Trocaire
10120P
Cahir
Cahir
Co.Tipperary
IE
Contact person: Russell Moffat
Telephone: +353 214501950
Internet address(es):
Main address: www.butlermoffat.com

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=135539&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

Cahir Schools Amalgamation
Reference number:  140041
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Demolition of the existing single storey Our Lady of Mercy Girls Primary School, GP Room and Classroom Annex building, together with the demolition of 3 No. x existing single storey prefabricated buildings and the construction of a new 3213 sqm part single storey, part two storey 16 No. x Classroom Primary School, incorporating an integrated 2 No. x Classroom Special Needs Unit, a GP Room and all associated support accommodation, together with all associated site development, including new pedestrian and vehicle access gates, together with new on-site car parking and set down, external paths, pavements, play areas, 2 No. x hardcourts, a new overground gas storage tank and enclosure, the undergrounding of existing overhead electrical cables, new underground rain water harvesting and rain water attenuation tanks and a new underground sewerage pumping station, new site and boundary fencing and gates, together with all associated new over ground and underground site works and services.
II.1.5)

Estimated total value

Value excluding VAT: 5400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45111000  -  Demolition, site preparation and clearance work
45214210  -  Primary school construction work
45214230  -  Special school construction work
II.2.3)

Place of performance

Main site or place of performance:  
Our Lady of Mercy Girls Primary School, Convent Road, Cahir
II.2.4)

Description of the procurement

Demolition of the existing single storey Our Lady of Mercy Girls Primary School, General Purpose Room and Classroom Annex building, together with the demolition of 3 No. x existing single storey prefabricated buildings and the construction of a new 3213 sqm part single storey, part two storey 16 No. x Classroom Primary School, incorporating an integrated 2 No. x Classroom Special Needs Unit, a General Purpose Room and all associated support accommodation, together with all associated site development, including new pedestrian and vehicle access gates at Convent Road, together with new on-site car parking and set down, including coach and minibus parking, external paths, pavements, play areas, 2 No. x hardcourts, a new overground gas storage tank and enclosure, the diversion and undergrounding of existing overhead electrical cables, new underground rain water harvesting and rain water attenuation tanks and a new underground sewerage pumping station, new site and boundary fencing and gates, together with all associated new over ground and underground site works and services, the entire development to facilitate the amalgamation of the existing Girls Primary School and Cahir Boys National School.
The proposed development includes in phases (i) the construction of the New Primary School building and associated site works (ii) the demolition single storey Our Lady of Mercy Girls Primary School, General Purpose Room and Classroom Annex building, together with the demolition of 3 No. x existing single storey prefabricated buildings and associated site works for proposed development.
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: 5400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 29
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 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

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-QW1 Suitability Assessment Questionnaire and Declaration Restricted Procedure for use with Public Works Contract - CF1.
A declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014/42/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 DoES-QW1 Suitability Assessment Questionnaire and Declaration Restricted Procedure for use with Public Works Contract - CF1.
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:  19/10/2018
Local time:  12:00
IV.2.3)

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

Date: 16/11/2018
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 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
The Areas of work involving Particular Risks known to Contracting Authority at this time are: the potential presence of asbestos containing materials in Existing School Buildings.
Expressions of Interest or tender competitions have been or are being conducted separately for: ESB diversion of existing overground cables.
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 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 and Skills
Portlaoise Road
Tullamore
R35 Y2N5
IE