Contract notice

Information

Published

Date of dispatch of this notice: 25/06/2021

Expire date: 26/07/2021

External Reference: 2021-275169

TED Reference: 2021/S 124-327284

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Donegal Education and Training Board
N/A
Ard O'Donnell
Letterkenny
Donegal
IE
[Contactpoint]: Patricia Patton
[AddressPhone]: +353 0749161600
[Nutscode]:  IE041 -  Border
[Internets]:
[UrlGeneral]: www.donegaletb.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191996&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 Installation: Extension to Post-Primary School for Moville Community College at Moville, County Donegal (1)
[Fileref]:  RN 76084L
II.1.2)

[CpvMain]

45214200  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

Mechanical Installation: Construction of a new permanent 2-storey Post Primary School Building of 5,275m2 comprising general classrooms, specialist teaching rooms, general support spaces, ancillary and administration rooms, PE accommodation and a 2 Class Special Education suite. Site development works include car parking, a new road access, 3 new ball courts, SEN garden/play area, services diversions and removal of all existing temporary accommodation.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 1330900.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45330000  - 
45351000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE041 -  Border
[MainsiteplaceWorksDelivery]:  
Moville Community College, Carrownaffe,, Moville, County Donegal]
II.2.4)

[DescrProcurement]

Mechanical Installation: Construction of a new permanent 2-storey Post Primary School Building of 5,275m2 comprising 10 general classrooms, 8 specialist teaching rooms, general support spaces including a General Purpose Hall, ancillary and administration rooms, PE accommodation including a Multi-Purpose Hall and fitness suite and a 2 Class Special Education suite. The works shall include an enclosed link corridor to the existing permanent school building. Site development works shall include 54 car parking spaces, 5 universal parking spaces, a new road access and works to the existing site entrance, 3 new ball courts, SEN garden/play area, a grass play area, services diversions and removal of all existing temporary accommodation.
Reserved Specialists for the Mechanical and Electrical Services Installations are being pre-selected and procured separately from the Main Contract and on appointment will be required to enter into contract with the Main Contractor.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 1330900.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 21
[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]

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]:  23/07/2021
[Time]:  14:30
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: none if not otherwise stated
Expressions of Interest or tender competitions have been or are being conducted separately for: The Main Contract Works for the building of the school is being procured separately. Reserved Specialists for the Electrical Services Installations are being pre-selected and procured separately from the Main Contract and when procured will enter into contract with the Main Contractor.
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
Portlaoise Road
Tullamore, County Offaly
R35 Y2N5
IE