Contract notice

Information

Published

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

Expire date: 10/05/2022

External Reference: 2022-226974

TED Reference: 2022/S 073-194012

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Department of Education
81002K
Portlaoise Road, Tullamore, Co Offaly
Tullamore
R35Y2N5
IE
[Contactpoint]: Lynn Kelly
[AddressPhone]: +353 579324300
[AddressEmail]: info@education.gov.ie
[Nutscode]:  IE0 -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=211532&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeMinistry]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Mechanical Works package for Mount Temple Comprehensive School, Clontarf, Dublin 3.
[Fileref]:  81002K
II.1.2)

[CpvMain]

45351000  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

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. Project includes mechanical and electrical installations pertaining to a school development of this size.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 1660000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45330000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
[MainsiteplaceWorksDelivery]:  
Mount Temple Comprehensive School, Malahide Road, Clontarf, Dublin 3, Ireland. D03DX79
II.2.4)

[DescrProcurement]

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. The works will involve mechanical and electrical works pertaining to a school development of this size and nature.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 1660000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 25
[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]:  10/05/2022
[Time]:  15:00
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 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.
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 & 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
R35Y2N5
IE
[AddressPhone]: +353 579324300
[AddressEmail]: info@education.gov.ie