Contract notice

Information

Published

Date of dispatch of this notice: 01/11/2022

Expire date: 16/03/2023

External Reference: 2022-200178

TED Reference: 2022/S 213-609553

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick and Clare Education and Training Board
3185049VH
Procurement/Capital Works Section, Station Road
Ennis
Co.Clare
IE
Contact person: Marie Cooney
Telephone: +353 656865476
NUTS code:  IE051 -  Mid-West
Internet address(es):
Main address: https://lcetb.ie/

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=227917&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Schools Energy Pathfinder Design & Build Programme 2023/24
Reference number:  LCETB/2022/785
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

This project is part of continuing series of Pilot Schemes focusing on Schools Energy Upgrades whose objective is to deliver significant improvements works to a two (2) schools during 2023/24 (primarily during school holiday periods). The shared objectives of the programme are to implement a range of energy efficiency measures in a number of typical schools to achieve:
50% reduction in Carbon Emissions
50% reduction in Direct Carbon Emissions
50% reduction in Primary Energy
BER Grade B
Renewable Heat – 90% of space heating
St Nessans NS Mungret & Hazelwood College, Dromcollogher
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45214200  -  Construction work for school buildings
45214210  -  Primary school construction work
45220000  -  Engineering works and construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45315100  -  Electrical engineering installation works
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45351000  -  Mechanical engineering installation works
45400000  -  Building completion work
45420000  -  Joinery and carpentry installation work
45421100  -  Installation of doors and windows and related components
45440000  -  Painting and glazing work
45441000  -  Glazing work
45450000  -  Other building completion work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
71200000  -  Architectural and related services
71220000  -  Architectural design services
71310000  -  Consultative engineering and construction services
71324000  -  Quantity surveying services
II.2.3)

Place of performance

NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
Mungret, Limerick and Dromcollogher, Limerick
II.2.4)

Description of the procurement

This project is part of continuing series of Pilot Schemes focusing on Schools Energy Upgrades whose objective is to deliver significant improvements works to a two (2) schools during 2023/24 (primarily during school holiday periods). The shared objectives of the programme are to implement a range of energy efficiency measures in a number of typical schools to achieve:
50% reduction in Carbon Emissions
50% reduction in Direct Carbon Emissions
50% reduction in Primary Energy
BER Grade B
Renewable Heat – 90% of space heating
St Nessans NS Mungret & Hazelwood College, Dromcollogher
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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

Please see Tender Documents

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:  Please see Tender Documents
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

Please see Tender Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/01/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  13/01/2023
Local time:  12:00
Place:  
Capital and Procurement Section, Station Road, Ennis, Co. Clare, V95 D32F
Information about authorised persons and opening procedure:  
2 Staff from Capital and Procurement Section

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please see Tender Documents
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing)
Inns Quay, Dublin 7
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please see Tender Documents