Contract notice

Information

Published

Date of dispatch of this notice: 25/04/2019

Expire date: 28/05/2019

External Reference: 2019-253279

TED Reference: 2019/S 084-198320

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

St. Joseph's National School (Kilcock)
16706G
Highfield Park
Kilcock
Co.Kildare
IE
[Contactpoint]: Jackie Carroll
[AddressPhone]: +353 578622566
[AddressEmail]: jackie.carroll@mcoh.ie
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=146108&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeMinistry]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

New 16 Classroom School, St Joseph's National School, Kilcock, Co. Kildare
[Fileref]:  RN 16706G
II.1.2)

[CpvMain]

45214210  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

Phased construction project, comprising, the construction of new part single storey and part two-storey school building, approximately 2,905m2, including 16 no. classrooms, 5 no. special education tuition Rooms, a multi-purpose room, a library\ resource room, a general purpose hall, associated stores, administrative offices, circulation areas and a special needs unit with two base classrooms; the demolition of the existing school buildings and all associated site works on a live school site
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 5300000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45214210  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
St Joseph's NS, Highfield Park, Kilcock, Co. Kildare, W23 RX07
II.2.4)

[DescrProcurement]

(a) Demolition of existing school and removal of associated prefabricated temporary teaching accommodation units.
(b) Construction of new part single storey and part two-storey school building including 16 no. classrooms, 5 no. special education tuition Rooms, a multi-purpose room, a library\ resource room, a general purpose hall, associated stores, administrative offices, circulation areas and a special needs unit with two base classrooms.
(c) Construction of on-site bus turning and set down areas including staff & visitor car parking spaces, 2 no. ball courts, play areas, grassed playing pitch, bicycle parking spaces and bin storage area.
(d) Provision of new road marking on public road along access road at west road frontage of site. Removal of existing drop off area outside existing boundary wall at road junction and realignment of boundary wall.
(e) Refurbishment and minor alterations of low boundary wall at street frontage including blocking up existing gates and opening new ones. Provision of new fencing along north-west and north-east site boundaries and heightening of a section of boundary treatment at the east corner of the site. Provision of new ball court fencing and other wall enclosures within site. All ancillary associated site works
(f) Works to be completed on a phased basis
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 5300000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 20
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 8
[CriteriaChoosingLimited]:
As Suitability Assessment 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-Restricted-PWC-CF5-CF1-Reserved-Specialists-not-used-revised-April-2019 (1)
A declaration is required to confirm that none of the circumstances specified 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-Suitability-Assessment-Questionnaire-Restricted-PWC-CF5-CF1-Reserved-Specialists-not-used-revised-April-2019 (1)
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]:  28/05/2019
[Time]:  14:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 06/09/2019
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 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 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
Offaly
IE