Ireland-Tullamore: Construction tender
Ireland-Tullamore: Construction tender
Official EU reference: 10699-2014
Published on: 14/01/2014
Deadline date:10/02/2014
Name of the buying organisation: DEPARTMENT OF EDUCATION & SKILLS
Summary of the contract
Kenfitz3601 – New Post Primary School for Colaiste Ghlor Na Mara and Scoil
Chormaic Community National School, in Clogheder / Clonard, Balbriggan,
Co. Dublin, Ireland.
Post Primary School for Colaiste Ghlor Na Mara in Clogheder / Clonard,
Balbriggan to accommodate a LTPE of 1 000 pupils. Proposed floor area of
approx 9 978m2. This site will also be shared by Scoil Chormaic CNS, a 24
classroom primary school, proposed floor area of approx. 4 377m2. Both
schools are planned to be part of a single campus located off the
Stephenstown Link Distributor Road on a 4,51 hectare site. The site is to
be developed to include for all recreational and external play facilities
together with access roads and carparking.
CPV: 45000000, 45100000, 45200000, 45210000, 45214000, 45214200, 45214210,
45214220.
Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Department of Education & Skills
Portlaoise Road
Contact point(s): School Building Section
For the attention of: Joan Murphy
Tullamore
IRELAND
Telephone: +353 579324300
E-mail: [email protected]
Further information can be obtained from: Kennedy FitzGerald Architects
LLP
3 Eglantine Place
For the attention of: Keith Major
BT9 6EY Belfast
UNITED KINGDOM
Telephone: +44 2890661632
E-mail: [email protected]
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Kennedy FitzGerald Architects LLP
3 Eglantine Place
For the attention of: Keith Major
BT9 6EY Belfast
UNITED KINGDOM
Telephone: +44 2890661632
E-mail: [email protected]
Tenders or requests to participate must be sent to: Kennedy FitzGerald
Architects LLP
3 Eglantine Place
For the attention of: Keith Major
BT9 6EY Belfast
UNITED KINGDOM
Telephone: +44 2890661632
E-mail: [email protected]
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Kenfitz3601 – New Post Primary School for Colaiste Ghlor Na Mara and Scoil
Chormaic Community National School, in Clogheder / Clonard, Balbriggan,
Co. Dublin, Ireland.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Execution
Main site or location of works, place of delivery or of performance:
Clogheder / Clonard, Balbriggan, Co. Dublin.
NUTS code IE
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Post Primary School for Colaiste Ghlor Na Mara in Clogheder / Clonard,
Balbriggan to accommodate a LTPE of 1 000 pupils. Proposed floor area of
approx 9 978m2. This site will also be shared by Scoil Chormaic CNS, a 24
classroom primary school, proposed floor area of approx. 4 377m2. Both
schools are planned to be part of a single campus located off the
Stephenstown Link Distributor Road on a 4,51 hectare site. The site is to
be developed to include for all recreational and external play facilities
together with access roads and carparking.
II.1.6) Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45210000, 45214000, 45214200, 45214210,
45214220
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Post Primary School for Colaiste Ghlor Na Mara in Cloghder / Clonard,
Balbriggan to accommodate a LTPE of 1 000 pupils. Three storey building
with the proposed floor area of approximately 9 978m2. Incorporated
teaching accommodation, triple-height GP Hall, Special Needs Unit and
Physical Education Hall with changing areas at the Ground Floor and a
Fitness Suites at the First Floor level.
This site will also be shared by Scoil Chormiac Community National School,
a 2 storey primary school with single storey Special Needs Unit. Proposed
floor area of approximately 4 377m2.
Site development including new roads, service infrastructure, car parking,
stores and electrical substation, grass pitch and ball courts, associated
servicing and landscape works.
The Primary School is to be completed for occupation in August 2015, with
overall completion of the project including completion of the Post Primary
School in June 2016.
Estimated value excluding VAT: 16 300 000 EUR
II.2.2) Information about options
Options: no
II.3) Duration of the contract or time limit for completion
Duration in months: 22 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Contract is intended to be awarded to a single main contractor. If a
number of contractors apply as a group or joint venture and are
successful, either a lead contractor must be nominated who will be
responsible for providing the service or a Joint Venture must be formed or
have been in existence prior to the date of this contract notice with whom
the Awarding Authority will sign the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Public Works Contract for Building
Works Designed by the Employer.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: As DoES-QW1 Suitability Assessment questionnaire (Restricted)
2012 (available at www.education.ie or by e-mail to the Contact person
listed) – Candidates must declare that none of the circumstances specified
in Directive 2004/18/EC Article 45 and 51 apply to the applicant.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Evidence of Turnover, Public & Employer Liability Insurance, and
capacity to obtain Performance Bond all as stated in As DoES-QW1
Suitability Assessment questionnaire (Restricted) 2012 (available at
www.education.ie or by e-mail to the Contact person listed)
Minimum level(s) of standards possibly required: Average Turnover 11 000
000 EUR
Public Liability Insurance; Employer Liability; Bond all as stated in
DoES-QW1 Suitability Assessment questionnaire (Restricted) 2012 (available
at www.education.ie or by e-mail to the Contact person listed)
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Educational and Professional qualifications Management, Educational and
Professional qualifications Personnel; Previous Experience; Measures for
Quality, Manpower, and H&S competency all as stated in As DoES-QW1
Suitability Assessment questionnaire (Restricted) 2012 (available at
www.education.ie or by e-mail to the Contact person listed)
Minimum level(s) of standards possibly required:
Minimum Standards all as stated in DoES-QW1 Suitability Assessment
questionnaire (Restricted) 2012 (available at www.education.ie or by
e-mail to the Contact person listed)
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 10
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.2) Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2013/S 38-059711 of 22.2.2013
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
10.2.2014 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
10.6.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
To receive more information about this tender, including any amendments
and/or clarifications and to request any clarifications and/or to respond
to this tender, you must register your interest to this tender on the
following site:
https://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=62873&B=ETENDERS_SIMPLE
The envisaged number of operators to be short-listed to tender is as
stated at IV.1.2 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 including the provision of an additional school (on the
same site or sites) at the discretion of the Contracting Authority. All
additional Works requirements are subject to the restrictions as set out
in Article 31. 4 (a) or Article 31. 4 (b) of Directive 2004/18/EC
There are no Contractor or Employer named specialists. All sub-contractors
are domestic.
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 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:
— The contractor must ensure that the site is properly hoarded for the
duration of the works. Site security will be required at all times.
— Safe construction access must be maintained, where construction plant
and deliveries do not interfere with the public and traffic within the
site. Construction access as site layout. The successful contractor should
refer to the architects’ construction access plan. A banksman will be
required at the site entrance to manage safe access to the site.
— The construction will require retaining walls. Protective railings and
barriers must be erected to control falls from height during and after the
construction period. Reference should be made to ‘Guide to Safety in
Excavations’ published by HSA.
— Contractor to determine exact location of existing services on the site
prior to commencement of works. The contractor will be required to
carefully expose all services in the vicinity of the proposed schools.
— The successful contractor will be required to liaise with architects to
agree scheduling of the works and how best to accommodate the activities
of the contractor.
— Construction access to the site required as construction access plan and
the successful contractor should submit a method statement and a traffic
management plan for the removal of excavated material for approval. A
disposal licence to be obtained from Local Authority and landfill to
receive material as appropriate.
— White Hart Lane should be maintained as a public road throughout the
duration of the contract. The contractor should take all measures to
ensure free public access along this road.
— The primary access road may be constructed by a third party or otherwise
constructed under the contract.
— The successful contractor will required to liaise with the archaeologist
licensed to carry out Archaeological Monitoring of all sub-surface works
carried out within the site, inclusive of the monitoring of the removal of
topsoil, excavations of trenches for foundations, services, access roadway
etc. associated with the development. If archaeological material is
discovered during the course of Archaeological Monitoring, the contractor
shall facilitate the archaeologist in fully recording the material and be
prepared to be advised by the Department of Environment, Heritage and
Local Government with regards to the appropriate course of action.
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:
1. 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.
2. Evidence showing that they are in compliance with the registered
employment agreement(Construction Industry Pensions Assurance and Sick
Pay) including death in service.
The Funding Agency, the Department of Education & Skills is subject to the
requirements of the Freedom of Information Acts, 1997 and 2003. 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.
(ET Ref:72802)
VI.5) Date of dispatch of this notice:
10.1.2014
Classification of the contract
45000000 Construction work
45100000 Site preparation work
45200000 Works for complete or part construction and civil engineering work
45210000 Building construction work
45214000 Construction work for buildings relating to education and research
45214200 Construction work for school buildings
45214210 Primary school construction work
45214220 Secondary school construction work