The development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new 3-storey post-primary school of 6,786 sqm to provide general classrooms, specialised classrooms, PE Hall, general purpose area, a unit for pupils with multiple disability visual impairment, ancillary accommodation. Photovoltaic panels, at roof level are to be provided to the new school building. The development will also consist of demolition of the existing post-primary school building, including specialist removal of asbestos. The development will include a new pedestrian and vehicle exit on to Grace Park Road to provide a one-way vehicle route with a vehicle set down zone, 3 new hard play courts, site landscaping, cycle paths, bicycle parking spaces, 48 car park spaces including accessible parking spaces, connections to public utility and drainage services, boundary treatments, alterations to existing drainage layout, and associated site development works.
Deadline
The time limit for receipt of tenders was 2019-05-16.
The procurement was published on 2019-03-15.
Contract notice (2019-03-15) Object Scope of the procurement
Title: Secondary school construction work
Short description:
โThe development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new 3-storey post-primary school of 6,786 sqm to...โ
Short description
The development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new 3-storey post-primary school of 6,786 sqm to provide general classrooms, specialised classrooms, PE Hall, general purpose area, a unit for pupils with multiple disability visual impairment, ancillary accommodation. Photovoltaic panels, at roof level are to be provided to the new school building. The development will also consist of demolition of the existing post-primary school building, including specialist removal of asbestos. The development will include a new pedestrian and vehicle exit on to Grace Park Road to provide a one-way vehicle route with a vehicle set down zone, 3 new hard play courts, site landscaping, cycle paths, bicycle parking spaces, 48 car park spaces including accessible parking spaces, connections to public utility and drainage services, boundary treatments, alterations to existing drainage layout, and associated site development works.
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
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 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 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:
1) Works which puts persons at work at risk of:
(a) falling from a height,
(b) burial under earthfalls or
(c) engulfment in swampland;
2) Work involving the assembly of dismantling of heavy prefabricated components;
3) Removal of Asbestos related products:
Expressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical (including lift) 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 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 (ET Ref:72802). Stage 2 Electronic Issue of Tender Documents: 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 NMA Architects, 11โ12 Baggot Court Dublin 2. 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.
Object Scope of the procurement
Estimated total value: 11 359 000 EUR ๐ฐ
Short description:
โThis development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new part single-storey, part 2-storey and part...โ
Short description
This development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new part single-storey, part 2-storey and part 3-storey post-primary school of 6,786 sqm to provide general classrooms, specialised classrooms, PE Hall, general purpose area, a unit for pupils with multiple disability visual impairment, ancillary teaching and staff accommodation. Photovoltaic panels, at roof level are to be provided to the new school building.
โThe development will also consist of the demolition of the existing single-storey and part 2-storey post-primary school building, including specialist...โ
Short description
The development will also consist of the demolition of the existing single-storey and part 2-storey post-primary school building, including specialist removal of asbestos. The development will include a new pedestrian and vehicle exit on to Grace Park Road to provide a one-way vehicle route with a bus/vehicle set down zone, 3 new hard play courts, site landscaping, cycle paths, bicycle parking spaces, additional 15 car park spaces including accessible parking spaces to provide 48 car park spaces, connections to public utility and drainage services, boundary treatments, alterations to existing drainage layout, and associated site development works.
Show more
Estimated value excluding VAT: 11 359 000 EUR ๐ฐ
Duration: 15 months Place of performance
Main site or place of performance:
โDublin.โ
Legal, economic, financial and technical information Conditions for participation
Suitability to pursue the professional activity:
โDeposits and guarantees required.โ
Economic and financial standing:
โInformation and formalities necessary for evaluating if requirements are met: Evidence of Turnover, Public and Employer Liability Insurance, and capacity to...โ
Economic and financial standing
Information and formalities necessary for evaluating if requirements are met: Evidence of Turnover, Public and Employer Liability Insurance, and capacity to obtain Performance Bond all as stated in As DoES-QW1 Suitability Assessment Questionnaire and Declaration Restricted Procedure for use with Public Works Contract โ CF1 with Reserved Specialists (available at
โwww.education.ie or by e-mail to the Contact person listed).โ
Minimum level(s) of standards:
โAverage turnover 11 500 000 EUR.โ
Technical and professional ability:
โEducational and Professional qualifications Management, Educational and Professional Qualifications Personnel; Previous Experience; Measures for Quality,...โ
Technical and professional ability
Educational and Professional qualifications Management, Educational and Professional Qualifications Personnel; Previous Experience; Measures for Quality, Manpower, and H&S Competency all as stated in As DoES-QW1 Suitability Assessment Questionnaire and Declaration Restricted Procedure for use with Public Works Contract โ CF1 with Reserved Specialists (available at www.education.ie or by e-mail to the Contact person listed).
Show more Contract execution
Contract performance conditions:
โDeposits and guarantees required.โ
โMain Terms of financing and payment and/or reference to the relevant provision s.โ Show more (3) โLegal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded.โ
โContract is intended to be awarded to a single contractor. If a number of contractors apply as a group or joint venture and are successful, either a lead...โ
Contract performance conditions
Contract is intended to be awarded to a single 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.
โOther particular conditions to which the performance of the contract is subject Public Works Contract for Building Works Designed by the Employer.โ
Procedure
Legal basis: 32014L0024
Envisaged number of candidates: 10
Time of receipt of tenders: 00:00
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
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
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 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.
โAll 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 Project...โ
Additional information
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 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:
Show more Show more (11) โ1) Works which puts persons at work at risk of:โ
โ(a) falling from a height,โ
โ(b) burial under earthfalls orโ
โ(c) engulfment in swampland;โ
โ2) Work involving the assembly of dismantling of heavy prefabricated components;โ
โ3) Removal of Asbestos related products:โ
โExpressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical...โ
Additional information
Expressions of Interest or tender competitions have been or are being conducted separately for: reserved specialists for mechanical and electrical (including lift) installations. It is a condition precedent to the award of the Contract that the successful Tenderer will provide:
โ1) 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...โ
Additional information
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;
โ2) Evidence showing that they are in compliance with the registered employment agreement (Construction Industry Pensions Assurance and Sick Pay) including...โ
Additional information
2) Evidence showing that they are in compliance with the registered employment agreement (Construction Industry Pensions Assurance and Sick Pay) including death in service.
โThe 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...โ
Additional information
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 (ET Ref:72802). Stage 2 Electronic Issue of Tender Documents: The tender documents will be issued electronically.
โOne hard copy of the completed tender package will be available for inspection, during office hours, at the offices of NMA Architects, 11โ12 Baggot Court...โ
Additional information
One hard copy of the completed tender package will be available for inspection, during office hours, at the offices of NMA Architects, 11โ12 Baggot Court Dublin 2. 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.
Complementary information Review body
Name: Department of Education and Skills
Postal address: Portlaoise Road, Co. Offaly
Postal town: Tullamore
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 056-128417 (2019-03-15)
Additional information (2019-05-15) Object Scope of the procurement
Short description:
โThe development at Pobalscoil Rosmini (Rosmini Community School), will consist of the construction of a new three storey post-primary school of 6 786 mโ Notice metadata
Document type: Additional information
Contracting authority Identity
Postal address: Grace Park Road, Drumcondra
Reference Dates
Date dispatched: 2019-05-15 ๐
Publication date: 2019-05-20 ๐
Identifiers
Notice number: 2019/S 096-231331
Refers to notice: 2019/S 056-128417
OJ-S issue: 96
Additional information
โExtension of return date.โ
Source: OJS 2019/S 096-231331 (2019-05-15)