The works consist of construction of a primary school which has 24 No. classrooms in 2 No. buildings (a teaching block and a general-purpose block) with a total gross internal floor area of circa 5 100 m. Supporting ancillary facilities, amenities and infrastructure include multiple play areas, a boiler house, access ways, gates, and modifications to the boundary wall (a protected structure).
Deadline
The time limit for receipt of tenders was 2018-11-22.
The procurement was published on 2018-10-22.
Object Scope of the procurement
Title:
โProcurement of Works Contractor for 24 Classroom D7 Educate Together School at Grangegorman Dublin 7
GDA06D7ETWC2018 (Roll No.20131D)โ
Products/services: Construction work for school buildings๐ฆ
Short description:
โThe works consist of construction of a primary school which has 24 No. classrooms in 2 No. buildings (a teaching block and a general-purpose block) with a...โ
Short description
The works consist of construction of a primary school which has 24 No. classrooms in 2 No. buildings (a teaching block and a general-purpose block) with a total gross internal floor area of circa 5 100 m. Supporting ancillary facilities, amenities and infrastructure include multiple play areas, a boiler house, access ways, gates, and modifications to the boundary wall (a protected structure).
Show more
Estimated value excluding VAT: EUR 11 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Primary school construction work๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Grangegorman, Dublin 7
Description of the procurement:
โThe procurement of a works contractor for the construction of the Dublin 7 Educate Together National School at Grangegorman.
The works consist of all...โ
Description of the procurement
The procurement of a works contractor for the construction of the Dublin 7 Educate Together National School at Grangegorman.
The works consist of all construction works associated with the construction of a primary school, ancillary facilities, amenities and infrastructure,
โ the new school will comprise of a 24 No. classrooms in 2 No. buildings (a teaching block and a general purpose block) with a total gross internal floor area (GIFA) of circa 5 100 m2,
โ the teaching block of circa 4 400 m GIFA will be 4 storeys over lower ground level (c.39,20 m OD) and accommodate 24 No. classrooms and ancillary accommodation including 2 No. special need units, 3 No. Special education rooms, a library, resource rooms, storage, staff offices and w.c./shower facilities,
โ the general purpose block (circa 700 m) will be 2-storeys in height equivalent (c. 29,50 m OD) and accommodate 2 No. general purpose rooms, storage and w.c. facilities at lower ground floor level and an external rooftop ball-court enclosed by a perforated metal screen.
โ the proposed development also includes: multiple external play areas; bin storage area and boiler house (51 m); modifications to the existing Grangegorman boundary wall (a Protected Structure) to include:
1 No. main pedestrian access;
1 No. pedestrian day gate; and the removal and replacement of a section of wall and railings; 145 cycle parking and 115 scooter parking stands.
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 11 000 000 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: As per the Suitability Assessment Questionaire
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract โ CF5 and CF1 without reserved...โ
List and brief description of conditions
As DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract โ CF5 and CF1 without reserved specialists. (Form of Contract is CF1).
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.
Conditions of contract will be:
โ main contractor public works contract for building works designed by the employer,
โ Document Reference PW-CF1 v.2.3 โ 27.6.2018 โ as published by the Office of Government Procurement โ conditions attached.
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:
โAs DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract โ CF5 and CF1 without reserved...โ
Contract performance conditions
As DoES-QW1 Suitability assessment questionnaire and declaration restricted procedure for use with public works contract โ CF5 and CF1 without reserved specialists. (Form of Contract is CF1).
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.
Conditions of contract will be:
โ main contractor public works contract for building works designed by the employer
โ Document Reference PW-CF1 v.2.3 โ 27.6.2018 โ as published by the Office of Government Procurement โ conditions attached.
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: 2018-11-22
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
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 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 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:
โ risk of falling from a height,
โ risk of burial under earthfalls,
โ risk in the assembly or dismantling of heavy prefabricated components,
โ risk associated with traffic and pedestrian management.
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
Postal town: County Offaly
Postal code: R35 Y2N5
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 206-469256 (2018-10-22)