Mechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
The proposed development includes in phases:
(i) the construction of the new school building and associated site works;
(ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;
(iii) the removal of all temporary prefabricated buildings on completion of the new school building.
Deadline
The time limit for receipt of tenders was 2018-10-30.
The procurement was published on 2018-09-17.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โMechanical Subcontractor (Reserved Specialist) for Scoil Mhuire Gan Smรกl
Scoil Mhuire Gan Smรกl, RS Mechโ
Products/services: Mechanical installations๐ฆ
Short description:
โMechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school...โ
Short description
Mechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
The proposed development includes in phases:
(i) the construction of the new school building and associated site works;
(ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;
(iii) the removal of all temporary prefabricated buildings on completion of the new school building.
Show more
Estimated value excluding VAT: EUR 1 720 000 ๐ฐ
Mechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
The proposed development includes in phases:
(i) the construction of the new school building and associated site works;
(ii) the demolition of the existing part single-storey, part two-storey school building and ancillary sheds;
(iii) the removal of all temporary prefabricated buildings on completion of the new school building.
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 1 720 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Deposits and guarantees required.
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:
โEvidence of Turnover, Public and Employer Liability Insurance, and capacity to obtain Performance Bond all as stated in As DoES-QW4 Suitability Assessment...โ
Contract performance conditions
Evidence of Turnover, Public and Employer Liability Insurance, and capacity to obtain Performance Bond all as stated in As DoES-QW4 Suitability Assessment Questionnaire and Declaration Restricted Procedure Reserved Specialists for use with Public Works Contract- CF1 (available at www.education.ie or by e-mail to the Contact person listed) Average Turnover 0.95m EUR.
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-10-30
12:00 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: 4
Complementary information Additional information
โThe 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...โ
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.
The Reserved Specialist will be subcontracted to the main building contractor under the PWCF1 Form of 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: none.
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 and Skills are 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.
Stage 2 Electronic Issue of Tender Documents:
Where the candidate has qualified for 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 KOBW Architects, 2 Empress Place, Summer Hill, Cork.
This hard copy will be deemed to be the official tender documents.
Viewing of these documents will be by prior appointment only.
A4 and A3 sized Tender Documents will be issued electronically in Word or PDF format. Any larger drawings (A2 or greater) will be issued 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, Tullamore
Postal town: Co. Offaly
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 181-409245 (2018-09-17)
Contract award notice (2023-01-06) Contracting authority Name and addresses
Postal address: 1 Shean Lower
Postal code: Co.Cork
Object Scope of the procurement
Short description:
โMechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school...โ
Short description
Mechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
The proposed development includes in phases (i) the construction of the new school building and associated site works; (ii) the demolition of the existing part single-storey, part two-storey school building and ancillary sheds; (iii) the removal of all temporary prefabricated buildings on completion of the new school building.
Show more
Total value of the procurement (excluding VAT): EUR 1 720 000 ๐ฐ
Description
Main site or place of performance: Scoil Mhuire Gan Smal (Blarney), 1 Shean Lower, Co.Cork
Description of the procurement:
โMechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school...โ
Description of the procurement
Mechanical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Mechanical installation for a new three-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
The proposed development includes in phases (i) the construction of the new school building and associated site works; (ii) the demolition of the existing part single-storey, part two-storey school building and ancillary sheds; (iii) the removal of all temporary prefabricated buildings on completion of the new school building.
Show more Award criteria
Quality criterion (name): Assessment Criteria
Quality criterion (weighting): As per CF1
Cost criterion (name): minimum Turnover requirement
Cost criterion (weighting): 1.31m
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 181-409245
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Mechanical Subcontractor (Reserved Specialist) for Scoil Mhuire Gan Smรกl
Date of conclusion of the contract: 2021-03-02 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Dominic O'Connor Ltd.
National registration number: IE6379850S
Postal address: Eastpoint Business Park, Dublin Road,
Postal town: Co. Galway
Postal code: Loughrea
Country: Ireland ๐ฎ๐ช
Phone: +353 91880340๐
E-mail: info@doconnor.ie๐ง
Fax: +353 91880341 ๐
Region: South-West ๐๏ธ
URL: http://www.doconnor.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 720 000 ๐ฐ
Total value of the contract/lot: EUR 1 720 000 ๐ฐ
Complementary information Additional information
โThe 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...โ
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.
The Reserved Specialist will be subcontracted to the main building contractor under the PWCF1 Form of 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: none.
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 are 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.
Stage 2 Electronic Issue of Tender Documents:
Where the candidate has qualified for 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 KOBW Architects, 2 Empress Place, Summer Hill, Cork.
This hard copy will be deemed to be the official tender documents.
Viewing of these documents will be by prior appointment only.
A4 and A3 sized Tender Documents will be issued electronically in Word or PDF format. Any larger drawings (A2 or greater) will be issued 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 008-018451 (2023-01-06)