Contract notice

Information

Published

Date of dispatch of this notice: 26/05/2021

Expire date: 29/06/2021

External Reference: 2021-210376

TED Reference: 2021/S 103-270000

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Lismullen National School
18106P
Garlow Cross
Navan
Co.Meath
IE
[Contactpoint]: Deirdre Lennon
[AddressPhone]: +353 14976712
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=189797&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]

New build 16 classroom GRD school ,Lismullen NS Garlow Cross, Navan Co Meath.
[Fileref]:  Lismullen National School
II.1.2)

[CpvMain]

45214210  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

Construction of a new Dept of Education Generic Repeat Design( GRD) two storey primary school with 16 classrooms, SET rooms, GP Hall and ancillary school facilities. New build school area is 2456m2. Works include car park, ball courts, play areas ,site works and hard and soft landscaping. The phased construction programme requires provision of serviced temporary accommodation and parking on an operational school site and demolition of the existing school .Services diversions on public road and a new septic tank on the site are also required.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 6430000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45000000  - 
45200000  - 
45210000  - 
45214000  - 
45214200  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Lismullen Garlow Cross Navan Co. Meath
II.2.4)

[DescrProcurement]

Construction of a new Dept of Education Generic Repeat Design( GRD) two storey primary school with 16 classrooms, SET rooms, GP Hall and ancillary school facilities. New build school area is 2456m2. Works include car park, ball courts, play areas ,site works and hard and soft landscaping. The phased construction programme requires provision of serviced temporary accommodation and parking on an operational school site and demolition of the existing school .Services diversions on public road and a new septic tank on the site are also required.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6430000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 21
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 8
[CriteriaChoosingLimited]:
DoES 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]

Attached as document

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  List and brief description of conditions: As DoES -QW1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019, QW1-appendix-l-cv-template and Form-b2-certificate-of-satisfactory-execution-april-2019. A Declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014 /24/EU ( 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, QW1-appendix-l-cv-template and Form-b2-certificate-of-satisfactory-execution-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]:  29/06/2021
[Time]:  00:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 20/08/2021
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 4  ([FromStatedDate])

[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: Phasing of project including services, restricted access to site for deliveries and removal works, traffic management with use of a banksman to be provided at all times. The site is accessed from public road which has a high level of vehicle traffic particularly at school opening and closing times.Traffic management required during works, site security and site segregation required at each phase, access for emergency services must be maintained at all times. Demolition of existing building. Asbestos material in existing buildings.
Excavation and earthwork, uneven ground levels, services disconnection and rerouting of esb cables.Construction vehicle traffic to be managed by the contractor and segregated from pedestrian access. 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.Evidence showing that they are in compliance with Sectoral Employment Orders for the construction
industry.
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, County Offaly IE
R35 Y2N5
IE