Contract notice

Information

Published

Date of dispatch of this notice: 29/05/2019

Expire date: 03/07/2019

External Reference: 2019-291304

TED Reference: 2019/S 105-254509

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

St. David's Holy Faith Secondary School
61830M
Greystones
Greystones
Co.Wicklow
IE
[Contactpoint]: Mary O'Doherty
[AddressPhone]: +353 12874800
[AddressEmail]: principal@stdavids.ie
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=147934&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]

Mechanical Building Services in St David’s Secondary School, Greystones , County Wicklow
[Fileref]:  St. David’s Secondary School
II.1.2)

[CpvMain]

45214200  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

Expressions of interest are invited from suitably qualified Mechanical Services Contractors who wish to be considered for the mechanical works in the new four storey school extension and standalone PE Hall which will comprise heating, hot, cold and drinking water services, rainwater harvesting systems, toilet ventilation and above ground soils and wastes. Works also includes refurbishment of existing heating services in the existing main school . The project will be constructed over four phases
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 496000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45330000  - 
45351000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
St David’s Holy Faith Secondary school, Kimberly Road, Greystones, Co. Wicklow
II.2.4)

[DescrProcurement]

Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into contract with the Main Contractor. The RFT ID No. for the main contract works is 150101. The mechanical works in the new school extension and PE hall will comprise LPHW heating, hot & cold water services, rainwater harvesting systems, drinking water installation, above ground soil and wastes installation and toilet ventilation systems. The proposed works will also include some refurbishment of the existing mechanical services in the existing main school which will involve a new boilerhouse to serve the whole school. The project will be constructed over 4 separate phases. The overall development will consist of the Main school extension (c.17840m2) New PE hall (c.11080m2), temporary accommodation, part refurbishment of the main school, demolition of the existing single storey block C and associated site works
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 496000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedNumber]: 8
[CriteriaChoosingLimited]:
As per Suitability Assessment Questionnaire
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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.]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As DoES-QW4 Suitability Assessment Questionnaire – Reserved Specialists [latest version].
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-QW4 Suitability Assessment Questionnaire – Reserved Specialists [latest version].
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]:  03/07/2019
[Time]:  17:00
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 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 working in a live school environment.
Expressions of Interest or tender competitions have been or are being conducted separately for the main works contract and electrical works contract by a reserved specialist on the 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
IE