Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m single storey post primary school building extension, the demolition of a 148 m single storey services building, the demolition of a 19,6 m boiler house and a 9,5 m shed within the curtilage of a structure that is recommended for inclusion on the local authority’s record of protected structures, the provision of a new 1 231,5 m single storey post primary school extension, the provision of a new 3 312,3 m 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m single storey external store and a new 36 m covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.
Deadline
The time limit for receipt of tenders was 2018-11-06.
The procurement was published on 2018-10-12.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Blackwater Community School
Products/services: Construction work for school buildings📦
Short description:
“Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m single storey post primary school building extension, the...”
Short description
Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m single storey post primary school building extension, the demolition of a 148 m single storey services building, the demolition of a 19,6 m boiler house and a 9,5 m shed within the curtilage of a structure that is recommended for inclusion on the local authority’s record of protected structures, the provision of a new 1 231,5 m single storey post primary school extension, the provision of a new 3 312,3 m 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m single storey external store and a new 36 m covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.
Show more
Estimated value excluding VAT: EUR 10 910 000 💰
1️⃣
Additional products/services: Secondary school construction work📦
Additional products/services: Special school construction work📦
Additional products/services: Refurbishment work📦
Additional products/services: Restoration work📦
Place of performance: South-East 🏙️
Main site or place of performance: Blackwater Community School, Ballyanchor Road, Lismore, Co. Waterford
Description of the procurement:
“Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6m single storey post primary school building extension, the...”
Description of the procurement
Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6m single storey post primary school building extension, the demolition of a 148 m single storey services building, the demolition of a 19,6 m boiler house and a 9,5 m shed within the curtilage of a structure that is recommended for inclusion on the local authority’s record of protected structures, the provision of a new 1231,5 m single storey post primary school extension, the provision of a new 3312,3 m 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m single storey external store and a new 36 m covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works. Works will be carried out in a multi-phase contract.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 10 910 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 26
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.
Description
Additional information:
“The approved main contractor will enter into sub-contract agreements with reserved specialists.
The reserved specialists are for mechanical and electrical...”
Additional information
The approved main contractor will enter into sub-contract agreements with reserved specialists.
The reserved specialists are for mechanical and electrical services, and are advertised on separate contract notices.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“As DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract — CF1.
A declaration is required to...”
List and brief description of conditions
As DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract — CF1.
A declaration is required to confirm that none of the circumstances specified in Article 57 of Directive 2014/42/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.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
“As DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract — CF1.” 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
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-11-06
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2018-12-04 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Complementary information 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 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 reserved specialist will be subcontracted to the main building contractor under the PWCF1 from contract.
The project categorisation for assessment of H and S competence as works contractor and PSCS is major Type 3.
The areas of work involving particular risks known to Contracting Authority at this time are:
a) falling from a height;
b) burial under earthfalls; and
d) work involving the assembly of dismantling of heavy prefabricated components.
Expressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical installations.
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 and 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.
Stage 2 Electronic issue of tender documents:
Where the candidate has qualified from the shortlist, the tender documents will be issued electronically.
One hard copy of the completed tender package will be available for inspection, during office hours, at the offices of Butler Moffat Architects, Farnham House, 26/27 MacCurtain Street, Cork.
This hard copy will be deemed to be the official tender documents.
Viewing of these documents will be prior appointment only.
All Tender Documents will be issued electronically in PDF format.
The onus rests on the Tenderer to check the completeness of the documents received by electronic means. Where such documents are incomplete or illegible, the Tenderer must immediately contact the party issuing the documents.
Tenders must be returned to the Contracting Authority in hard copy as described in the Instruction to Tenderers.
Show more Review body
Name: Department of Education and Skills
Postal address: Portlaoise Road
Postal town: Tullamore
Postal code: R35 Y2N5
Country: Ireland 🇮🇪
Source: OJS 2018/S 200-453512 (2018-10-12)
Contract award notice (2023-02-20) Object Scope of the procurement
Short description:
“Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the...”
Short description
Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the demolition of a 148m² single storey services building, the demolition of a 19.6m² boiler house and a 9.5m² shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231.5m² single storey post primary school extension, the provision of a new 3312.3m² two-storey post primary school extension, and associated new single storey links and new two-storey link, the provision of a new 49.5m² single storey external store and a new 36m² covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.
Show more
Total value of the procurement (excluding VAT): EUR 14311152.37 💰
Description
Description of the procurement:
“Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the...”
Description of the procurement
Removal of 2x No. temporary prefabricated structures, the demolition of an existing 410.6m² single storey post primary school building extension, the demolition of a 148m² single storey services building, the demolition of a 19.6m² boiler house and a 9.5m² shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231.5m² single storey post primary school extension, the provision of a new 3312.3m² two-storey post primary school extension, and associated new single storey links and new two-storey link, the provision of a new 49.5m² single storey external store and a new 36m² covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works. Works will be carried out in a multi-phase contract.
Show more Award criteria
Price
Description
Additional information:
“The Approved Main Contractor will enter into Sub-Contract Agreements with Reserved Specialists.
The Reserved Specialists are for Mechanical and Electrical...”
Additional information
The Approved Main Contractor will enter into Sub-Contract Agreements with Reserved Specialists.
The Reserved Specialists are for Mechanical and Electrical Services, and are advertised on separate Contract Notices.
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 200-453512
Award of contract
1️⃣
Contract Number: 1
Title: Blackwater Community School
Date of conclusion of the contract: 2021-04-09 📅
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Tom O'Brien Construction Ltd
National registration number: 4877654E
Postal address: Unit 5 Bilberry Business Park
Postal town: Waterford
Postal code: Bilberry
Country: Ireland 🇮🇪
Phone: +353 051873455📞
E-mail: info@tobcon.ie📧
Fax: +353 051870008 📠
Region: Southern🏙️
URL: http://www.tobcon.ie🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 14311152.37 💰
Complementary information 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 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 Reserved Specialist will be subcontracted to the main building contractor under the PWCF1 From Contract
The Project categorisation for assessment of H&S competence as Works Contractor and PSCS is Major Type 3.
The Areas of work involving Particular Risks known to Contracting Authority at this time are: a) falling from a height b) burial under earthfalls, and d) work involving the assembly of dismantling of heavy prefabricated components.
Expressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical installations.
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, 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.
Stage 2 Electronic Issue of Tender Documents:
Where the candidate has qualified from the shortlist, the tender documents will be issued electronically.
One hard copy of the completed tender package will be available for inspection, during office hours, at the offices of Butler Moffat Architects, Farnham House, 26/27 MacCurtain Street, Cork.
This hard copy will be deemed to be the official tender documents.
Viewing of these documents will be prior appointment only.
All Tender Documents will be issued electronically in PDF format.
The onus rests on the Tenderer to check the completeness of the documents received by electronic means. Where such documents are incomplete or illegible, the Tenderer must immediately contact the party issuing the documents.
Tenders must be returned to the Contracting Authority in hard copy as described in the Instruction to Tenderers.
Show more
Source: OJS 2023/S 040-115843 (2023-02-20)