Contract notice

Information

Published

Date of dispatch of this notice: 26/09/2019

Expire date: 04/11/2019

External Reference: 2019-296812

TED Reference: 2019/S 189-458608

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

BoM - Dunboyne Junior+Senior National Schools
JNS: 20032B; SNS: 20033D
Station Road
Dunboyne
Co.Meath
IE
[Contactpoint]: BoM Chairperson - Fr. Patrick O'Connor
[AddressPhone]: +353 18255342
[AddressEmail]: naomhjames@gmail.com
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=154510&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressFollowing]: 
Coady Architects
Mt Pleasant Business Ctr, Ranelagh,
Dublin 6
D06 X7P8
IE
[Contactpoint]: Arek Szumlas
[AddressPhone]: +353 14976766
[AddressEmail]: a.szumlas@coady.ie
[Internets]:
[UrlGeneral]: https://www.coady.ie/

I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Dunboyne Junior + Senior NS - Main Contractor
[Fileref]:  JNS: 20032B; SNS: 20033D
II.1.2)

[CpvMain]

45214200  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for the construction works of the Dunboyne Junior + Senior National Schools.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 13900000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45214200  - 
45214210  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Station Road, Dunboyne, Co. Meath
II.2.4)

[DescrProcurement]

Expressions of Interest are invited from suitably qualified Main Contractors
who wish to be considered for the construction works of the Dunboyne Junior + Senior National Schools.
The proposed works involve refurbishment and minor alteration to layout of the existing Junior School (including upgrade of the M+E services) and construction of the new two storey extension (c.2120m2) to the front of the building.
Demolition of the existing (c. 2125m2) and construction of the new Senior School Building (c.4450m2).
Works also involve removal of (c.1088m2) of existing prefabricated structures.
The construction of external stores, new vehicular and pedestrian entrance gates, 6 no. new hard courts, new car park arrangement, improvements to existing footpaths, roadways and drop of facilities, new boundary fencing to the boundary of the schools, landscaping and all associated ancillary development works.
Construction access to the site will be provided through a separate temporary entrance taken off Station Road.
This is a phased development as this is a live site. The day to day operation of the school must be maintained at all times by the appointed Main Contractor.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 13900000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 30
[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]
II.2.14)

[InfoAdditional]

The following specialist works will be undertaken on site by Reserved Specialists that are to be appointed by the Main Contractor:
- Mechanical Building Services
- Electrical Building Services

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As per DoES-QW1 Suitability Assessment Questionnaire and Declaration - Restricted Procedure - rev. April 2019
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 per DoES-QW1 Suitability Assessment Questionnaire and Declaration -
Restricted Procedure - rev. April 2019
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]:  04/11/2019
[Time]:  12:00
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 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:
The site is immediately adjacent to an existing live school environment, within an existing residential neighborhood. Access to the site is restricted. Small amounts of asbestos are present in the existing buildings.
The successful contractor will be required to manage their construction traffic and existing traffic in and around the site. The contract also involves refurbishment work to an existing (live) Junior School Building. The contractor will be required to liaise and cooperate with the school, parents and pupils to eliminate health and safety risks during works.
Expressions of Interest or tender competitions have been or are being conducted separately for: [(None if not otherwise stated)]
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 and Skills
Portlaoise Road
Tullamore, Co. Offaly
R35 Y2N5
IE