Expressions of Interest are invited from suitably qualified mechanical specialist
Contractors who wish to be considered for the construction of a new 1 000 pupil
Post primary school building.
Deadline
The time limit for receipt of tenders was 2018-09-24.
The procurement was published on 2018-08-10.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โConstruction Works (Mechanical Services) new build 1 000 pupil post primary school for Naas Community College
132189โ
Products/services: Construction work for school buildings๐ฆ
Short description:
โExpressions of Interest are invited from suitably qualified mechanical specialist
Contractors who wish to be considered for the construction of a new 1 000...โ
Short description
Expressions of Interest are invited from suitably qualified mechanical specialist
Contractors who wish to be considered for the construction of a new 1 000 pupil
Post primary school building.
Show more
Estimated value excluding VAT: EUR 15 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Secondary school construction work๐ฆ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Millennium park, Naas, Co. Kildare
Description of the procurement:
โThe development will consist of the mechanical installation for a 2 and 3 storey 1 000 pupil post primary school (approx. 10 500m) including heating,...โ
Description of the procurement
The development will consist of the mechanical installation for a 2 and 3 storey 1 000 pupil post primary school (approx. 10 500m) including heating, ventilation, water, gas and external services.
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 15 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 20
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: Refer to VI.3
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs DoES-QW4 Suitability Assessment Questionnaire and Declaration Reserved Specialists for use with Public Works Contract โ CF1 available at www.education.ie...โ
List and brief description of conditions
As DoES-QW4 Suitability Assessment Questionnaire and Declaration Reserved Specialists for use with Public Works Contract โ CF1 available at www.education.ie or by e-mail to the Contact person listed. 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:
โLegal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded:
Contract is intended to be...โ
Contract performance conditions
Legal form to be taken by the grouping of suppliers, contractors or service providers 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.
Other particular conditions to which the performance of the contract is subject:
Public Works Contract for Building Works Designed by the Employer.
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-09-24
17:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2019-02-15 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Complementary information Additional information
โThe 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...โ
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 shortlist 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 Type 3.
The Areas of work involving Particular Risks known to Contracting Authority at this time are: Existing 110kV overhead ESB lines are traversing the site in close proximity to the proposed building. Existing derelict prefabricated site structures will be required to be removed.
Flood mitigation works are required as per of the works to mitigate against a flooding risk to the site. Roadworks will be required external to the site. Poor existing ground conditions require piling of foundations throughout.
Expressions of Interest or tender competitions have been or are being conducted separately for: Main Contractor, Mechanical Services and Electrical Services.
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 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)
Show more Review body
Name: COADY Architects
Postal address: Mountpleasant Business Centre
Postal town: Ranelagh
Postal code: D06 X7P8
Country: Ireland ๐ฎ๐ช
Phone: +353 14976766๐
E-mail: admin@coady.ie๐ง
URL: www.coady.ie๐
Source: OJS 2018/S 155-354669 (2018-08-10)
Contract award notice (2019-12-20) Contracting authority Name and addresses
Postal address: Level 5, รras Chill Dara, Devoy Park, Co. Kildare
Object Scope of the procurement
Title:
โConstruction Works (Mechanical Services) New Build 1 000 Pupil Post Primary School for Naas Community College
132189โ
Short description:
โExpressions of interest are invited from suitably qualified mechanical specialist contractors who wish to be considered for the construction of a new 1 000...โ
Short description
Expressions of interest are invited from suitably qualified mechanical specialist contractors who wish to be considered for the construction of a new 1 000 pupil post primary school building.
Show more
Total value of the procurement (excluding VAT): EUR 1389430.89 ๐ฐ
Description
Main site or place of performance: Millennium park, Naas, Co. Kildare.
Description of the procurement:
โThe development will consist of the mechanical installation for a 2 and 3 storey 1 000 pupil post primary school (approx. 10 500 m) including heating,...โ
Description of the procurement
The development will consist of the mechanical installation for a 2 and 3 storey 1 000 pupil post primary school (approx. 10 500 m) including heating, ventilation, water, gas and external services.
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 155-354669
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โConstruction Works (Mechanical Services) New build 1 000 Pupil Post Primary School for Naas Community Collegeโ
Date of conclusion of the contract: 2019-11-08 ๐
Information about tenders
Number of tenders received: 5
Name and address of the contractor
Name: Dominic O'Connor Ltd
Postal address: Eastpoint Business Park, Dublin Road
Postal town: Loughrea
Country: Ireland ๐ฎ๐ช
Region: West๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1389430.89 ๐ฐ
Complementary information Additional information
โThe 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...โ
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 shortlist 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 Type 3.
The areas of work involving particular risks known to contracting authority at this time are: existing 110 kV overhead ESB lines are traversing the site in close proximity to the proposed building. Existing derelict prefabricated site structures will be required to be removed.
Flood mitigation works are required as per of the works to mitigate against a flooding risk to the site. Roadworks will be required external to the site. Poor existing ground conditions require piling of foundations throughout.
Expressions of interest or tender competitions have been or are being conducted separately for: main contractor, mechanical services and electrical services.
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 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)
Show more Review body
Name: Coady Architects
Source: OJS 2019/S 248-611728 (2019-12-20)