The refurbishment and extension of the Primary School will consist of: New 2 storey building providing 9 classrooms and support spaces. Reconfiguration and refurbishment of 5 classrooms and associated support spaces in existing school building.
The refurbishment and extension of the Infant School will consist New 2 storey building providing 9 classrooms and support spaces. A General Purpose Hall and support spaces. Reconfiguration and refurbishment of 7 classrooms and associated spaces in existing school building.
New special needs unit 1 storey extension, providing 3 Special Needs Unit Classrooms and associated spaces, and a new 1 storey link corridor.
External works will include 4 Ballcourts; 2 Junior Play areas; a secure hard and soft play area; a sensory garden; a total of 66 car park spaces; widening and associated works to the existing vehicular entrance; a new vehicular exit road, and associated site and landscape works. Reserved Specialists are not required on this project.
Deadline
The time limit for receipt of tenders was 2018-11-01.
The procurement was published on 2018-09-20.
Object Scope of the procurement
Title:
“Conleth’s Infant School and ST. Conleth and Mary’s Primary School
17872F / 17873H”
Products/services: Construction work for school buildings📦
Short description:
“The refurbishment and extension of the Primary School will consist of: New 2 storey building providing 9 classrooms and support spaces. Reconfiguration and...”
Short description
The refurbishment and extension of the Primary School will consist of: New 2 storey building providing 9 classrooms and support spaces. Reconfiguration and refurbishment of 5 classrooms and associated support spaces in existing school building.
The refurbishment and extension of the Infant School will consist New 2 storey building providing 9 classrooms and support spaces. A General Purpose Hall and support spaces. Reconfiguration and refurbishment of 7 classrooms and associated spaces in existing school building.
New special needs unit 1 storey extension, providing 3 Special Needs Unit Classrooms and associated spaces, and a new 1 storey link corridor.
External works will include 4 Ballcourts; 2 Junior Play areas; a secure hard and soft play area; a sensory garden; a total of 66 car park spaces; widening and associated works to the existing vehicular entrance; a new vehicular exit road, and associated site and landscape works. Reserved Specialists are not required on this project.
Show more
Estimated value excluding VAT: EUR 10268502.29 💰
1️⃣
Additional products/services: Construction work📦
Additional products/services: Primary school construction work📦
Additional products/services: Special school construction work📦
Place of performance: Eastern and Midland🏙️
Main site or place of performance: Co Kildare
Description of the procurement:
“St. Conleth’s Infant School and St. Conleth & Mary’s Primary School, Naas Road, Newbridge, Co. Kildare, consisting of: 20 classroom temporary system...”
Description of the procurement
St. Conleth’s Infant School and St. Conleth & Mary’s Primary School, Naas Road, Newbridge, Co. Kildare, consisting of: 20 classroom temporary system buildings of part 1and part 2 storeys, of 1 600 Sq.M in area, to be removed on completion of the development.
The removal of existing single storey pre-fabricated structures of 992 Sq.M, on completion of the development.
The refurbishment and extension of the Primary School will consist of:
(a) New 2 storey building providing 9 No. classrooms and support spaces with floor area of 686 Sq.M;
(b) Reconfiguration and refurbishment of 5 No. classrooms and associated support spaces in existing school building.
The refurbishment and extension of the Infant School will consist of:
(a) New 2 storey building providing 9 No. classrooms and support spaces with floor area of 531Sq.M;
(b) New double height General Purpose Hall and support spaces with a floor area of 272 Sq.M;
(c) Reconfiguration and refurbishment of 7 No. classrooms and associated spaces in existing school building.
New special needs unit 1 storey extension, providing 3 no. Special Needs Unit Classrooms and associated spaces, with a floor area of 649 Sq.M and a new 1 storey link corridor, with a floor area of 47 Sq.M.
External works will include 4 no. Ballcourts 2 340 Sq.M; 2 no. Junior Play areas of 860 Sq.M; a secure hard and soft play area of 200 Sq.M; a sensory garden of 100 Sq.M; a total of 66 car park spaces; widening and associated works to the existing vehicular entrance; a new vehicular exit road, and associated site landscape works, on an overall site area of 1.95 hectares.
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 10268502.29 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 21
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: No Reserved Specialist are proposed.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“List and brief description of conditions: DoES-QW1 Suitability Assessment Questionnaire and Declaration - Restricted Procedure For use with Public Works...”
List and brief description of conditions
List and brief description of conditions: DoES-QW1 Suitability Assessment Questionnaire and Declaration - Restricted Procedure For use with Public Works Contract – CF5 and CF1 without Reserved Specialists Main Contractor. 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.
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:
“DoES-QW1 Suitability Assessment Questionnaire and Declaration — Restricted Procedure For use with Public Works Contract – CF5 and CF1 without Reserved...”
Contract performance conditions
DoES-QW1 Suitability Assessment Questionnaire and Declaration — Restricted Procedure For use with Public Works Contract – CF5 and CF1 without Reserved Specialists MainContractor.
Show more 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: 2018-11-01
17:00 📅
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 of2016).
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: Asbestos in existing building and adjacent public road upgrade works.
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 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.
Show more Review body
Name: Department of Education and Skills
Postal address: Portlaoise Road, Tullamore, County Offaly
Postal town: Tullamore
Postal code: R35 Y2N5
Country: Ireland 🇮🇪
Phone: +00 353579324300📞
Source: OJS 2018/S 184-415306 (2018-09-20)