Contract notice

Information

Published

Date of dispatch of this notice: 08/04/2022

Expire date: 10/05/2022

External Reference: 2022-249859

TED Reference: 2022/S 073-194009

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Education
81002K
Portlaoise Road, Tullamore, Co Offaly
Tullamore
R35Y2N5
IE
Contact person: Lynn Kelly
Telephone: +353 579324300
NUTS code:  IE0 -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=211492&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Mount Temple Comprehensive School, Malahide Road, Clontarf, Dublin 3, Ireland. D03DX79 - New School Construction
Reference number:  81002K
II.1.2)

Main CPV code

45214220  -  Secondary school construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building of 10,685sqm at the above site, which contains 3 no. protected structures. No works are proposed to these. Site area is 9.49 hectares.
II.1.5)

Estimated total value

Value excluding VAT: 20700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45214220  -  Secondary school construction work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Mount Temple Comprehensive School, Malahide Road, Clontarf, Dublin 3, Ireland. D03DX79
II.2.4)

Description of the procurement

The project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building, with roof mounted photovoltaic panel arrays, an external store, an ESB substation and switchroom, 41 carparking spaces to the north and 19 carparking spaces to the south of the building, new site lighting and associated ancillary hard and soft landscaping works. The development will include the demolition of 6 no. existing buildings on the site, 5 no. of which are currently in use by the school. All will be demolished on a phased basis to accommodate the development. The development is located within the curtilage of Mount Temple lands, upon which there are 3 no. Protected Structures – Mount Temple House, its Clocktower and the Gate Lodge. No works are proposed to these Protected Structures. Gross internal floor space of the proposed development is 10,685sqm, all on a site of 9.49 hectares. The works are to be carried out on a phased basis as a single construction contract. There will be reserved specialists for the mechanical and electrical contract packages.
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: 20700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 25
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 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

Reserved Specialists are proposed for the Electrical and Mechanical packages

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 QW1 Suitability Assessment Questionnaire and Declaration – Restricted Procedure.
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.
Successful applicants will be required as part of the construction contract tender submission to submit completed QW3 questionnaires with respect of their proposed specialists with regard to
- mechanical installation
- electrical installation
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 QW1 Suitability Assessment Questionnaire and Declaration – Restricted Procedure.
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:  10/05/2022
Local time:  13:00
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 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 Main Contractor Notice Checklist include reference to QW3 Questionnaire for Mechanical and Electrical Specialists to be submitted by Main Contractor at tender submission.
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.
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.
The Funding Agency, the Department of Education 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)

Procedures for review

VI.4.1)

Review body

Department of Education
Portlaoise Road
Tullamore
R35Y2N5
IE
Telephone: +353 579324300