Contract notice

Information

Published

Date of dispatch of this notice: 26/11/2018

Expire date: 11/01/2019

External Reference: 2018-217352

TED Reference: 2018/S 231-526921

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

St. Laurence O’Tooles National School (Dublin)
20507W
St. Laurence Place East, Seville Place
Dublin 1
Co.Dublin
IE
[Contactpoint]: Sharon Callan
[AddressPhone]: +353 429354466
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=138698&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

St. Laurence O'Toole School Extension and Conservation, Seville Place, Dublin 1
[Fileref]:  Roll No's. 20228S & 11776C
II.1.2)

[CpvMain]

45214200  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

"The amalgamation of St. Laurence O’Toole’s Girls N.S. with St. Laurence O’Toole’s Junior Boys N.S, 2 heritage school structures located within a confined site containing the protected structure of St. Laurence O’Toole’s Church (Ref: 7495). In order to do this it is required as part of the contract to construct a 2-Storey 10 classroom prefabricated temporary school (c. 712m²) to decant the students at a nearby site. The main school buildings have protected structure status as they are situated within the curtilage of St. Laurence O’Toole’s Church and will be refurbished and extended. Works to main school buildings comprise the construction of a two storey extension (c. 383m²) to include a new entrance, link corridor, Library and GP room. The works also include minor demolition works, conservation and refurbishment to the existing buildings (c. 966m²) and ancillary site works & boundary treatments."
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 6400000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

44211100  - 
45212350  - 
45214210  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Seville Place, Dublin 1
II.2.4)

[DescrProcurement]

"The amalgamation of St. Laurence O’Toole’s Girls N.S. with St. Laurence O’Toole’s Junior Boys N.S, 2 heritage school structures located within a confined site containing the protected structure of St. Laurence O’Toole’s Church (Ref: 7495). In order to do this it is required as part of the contract to construct a 2-Storey 10 classroom prefabricated temporary school (c. 712m²) to decant the students at a nearby site. The main school buildings have protected structure status as they are situated within the curtilage of St. Laurence O’Toole’s Church and will be refurbished and extended. Works to main school buildings comprise the construction of a two storey extension (c. 383m²) to include a new entrance, link corridor, Library and GP room. The works also include minor demolition works, conservation and refurbishment to the existing buildings (c. 966m²) and ancillary site works & boundary treatments."
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6400000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 18
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedMin]: 8
[CriteriaChoosingLimited]:
As suitability questionnaire
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As DoES QW1 Suitability Assessment Questionnaire. A declaration is required to confirm that none of the circumstances specified in 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)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As DoES-QW1-SAQ
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  11/01/2019
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 23/04/2019
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

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 following particular risks are identified:
Temporary Accommodation:
• Restricted site access and working area;
• Unchartered underground services;
• Delivery and Lifting of heavy prefabricated components; and
• Area known to have ongoing anti-social behaviour.
Main School:
• Restricted working area within the confines of the existing buildings;
• Presence of Asbestos Containing Materials (ACM’s) in at least Roofing, floor tiles and pipework flanges;
• Working at height in difficult areas to access;
• Demolition works required on poor existing structure with risk of uncontrolled collapse;
• Restricted working area to install proposed mechanical and electrical services;
• Delivery and Lifting of heavy prefabricated components into existing structure; and
• Area known to have ongoing anti-social behaviour.
No expressions of Interest or tender competitions have been or are being conducted separately for concurrent Contracts on site.
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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Department of Education & Skills
Portlaoise Road
Tullamore, Co. Offaly
IE