Contract notice

Information

Published

Date of dispatch of this notice: 03/02/2022

Expire date: 11/03/2022

External Reference: 2022-277112

TED Reference: 2022/S 027-067845

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

St. Thomas’ Junior National School (Tallaght)
19702N
Jobstown, Tallaght
Dublin 24
Co.Dublin
IE
Contact person: Suzanne O’Reilly, Principal
Telephone: +353 14976766
NUTS code:  IE061 -  Dublin
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=206577&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Coady Architects
Mt Pleasant Business Ctr, Ranelagh,
Dublin 6
D06 X7P8
IE
Contact person: Arek Szumlas
Telephone: +353 14976766
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: https://www.coady.ie/

Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

New school for St. Thomas’ JNS, Tallaght, Dublin 24 – Mechanical Contractor
Reference number:  19702N
II.1.2)

Main CPV code

45214200  -  Construction work for school buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Expressions of Interest are invited from suitably qualified Mechanical Specialist Contractors who wish to be considered for construction works of the St. Thomas’ Junior National School, Jobstown, Tallaght, Dublin 24. The works will consist of the supply, delivery, installation, testing, commissioning and setting to work all necessary materials and equipment to carry out the complete mechanical services installation associated with the construction of a new school project.
II.1.5)

Estimated total value

Value excluding VAT: 13500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45214210  -  Primary school construction work
45330000  -  Plumbing and sanitary works
45351000  -  Mechanical engineering installation works
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Fortunestown Road, Jobstown, Tallaght, Dublin 24, D24 X577
II.2.4)

Description of the procurement

Expressions of Interest are invited from suitably qualified Mechanical Specialist Contractors who wish to be considered for construction works of the St. Thomas’ Junior National School, Jobstown, Tallaght, Dublin 24.
Proposed works will consist of demolition/ removal of the existing single-storey
St. Thomas’ JNS building (c.2,605 sq. m) and all ancillary structures (c. 211 sq. m) and construction of a new (c. 4,998 sq. m) part three-storey and part two-storey primary school building in its place. The provision of 2-no. single-storey temporary accommodation units, c.400 sq.m, to facilitate the construction of the new school building. The provision of the external play area, new staff car park and set-down arrangement upgrade to the existing boundary treatment and all associated site and landscaping works.
This is a phased development on a live/ urban site. The day to day operation of the school must be maintained at all times by the appointed Contractor.
The Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into a contract with the Main Contractor.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
as per Suitability Assessment Questionnaire
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The following specialist works will be undertaken on-site by Reserved Specialists:
- Mechanical Building Services
- Electrical Building Services
Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into a contract with the Main Contractor. Reserved Specialists will be required to execute a Collateral Warranty with the Employer

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  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)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As DoES-QW4 Suitability Assessment Questionnaire – Reserved Specialists [latest version].
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/03/2022
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/06/2022
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

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 of2016).
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 andPSCS is Major Works.
The Areas of work involving Particular Risks known to Contracting Authority at this time are: 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 neighbourhood. Access to the site is restricted. Small amounts of asbestos are
present in the existing buildings. The successful contractor will be required to manage the construction traffic and existing traffic in and around the constrained urban site. The contract also involves the demolition of the existing buildings and IW services diversions. The contractor will be required to liaise and cooperate with the school, parents and pupils to eliminate health and safety risks during work.
Expressions of Interest or tender competitions have been or are being conducted separately for: Mechanical and Electrical Reserved Specialists.
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Education
Portlaoise Road
Tullamore
R35 Y2N5
IE