New Build and Extension and New Roof and Refurbishment of Kilcoole Primary School St Brigid's and of St Anthony's buildings Main Street Kilcoole Co. Wicklow
Construction of new two storey (2 181 m) school building on St Brigid's site and single storey extension to and new roof and full refurbishment of the retained existing St Anthony's school building (2 150 m). Both schools are located on separate school sites on Main Street Kilcoole Co. Wicklow. Facilities in each school include provision of 12 classrooms, SET rooms, GP Hall and ancillary facilities. Works for each site include landscaping, play areas, car parking and extensive site works . Phased construction and demolitions are required on each sites . Each school will remain operational throughout the construction project. Project includes pavement widening and services diversions on public road.
Deadline
The time limit for receipt of tenders was 2021-02-08.
The procurement was published on 2020-12-21.
Object Scope of the procurement
Title:
โNew Build and Extension and New Roof and Refurbishment of Kilcoole Primary School St Brigid's and of St Anthony's buildings Main Street Kilcoole Co....โ
Title
New Build and Extension and New Roof and Refurbishment of Kilcoole Primary School St Brigid's and of St Anthony's buildings Main Street Kilcoole Co. Wicklow
Kilcoole Primary School
Show more
Products/services: Construction work for school buildings๐ฆ
Short description:
โConstruction of new two storey (2 181 m) school building on St Brigid's site and single storey extension to and new roof and full refurbishment of the...โ
Short description
Construction of new two storey (2 181 m) school building on St Brigid's site and single storey extension to and new roof and full refurbishment of the retained existing St Anthony's school building (2 150 m). Both schools are located on separate school sites on Main Street Kilcoole Co. Wicklow. Facilities in each school include provision of 12 classrooms, SET rooms, GP Hall and ancillary facilities. Works for each site include landscaping, play areas, car parking and extensive site works . Phased construction and demolitions are required on each sites . Each school will remain operational throughout the construction project. Project includes pavement widening and services diversions on public road.
Show more
Estimated value excluding VAT: EUR 9 770 000 ๐ฐ
Construction of new two storey (2 181 m) school building on St Brigid's site and single storey extension and new roof and full refurbishment of the retained existing St Anthony's school building (2 150 m). Facilities in each school include provision of 12 classrooms, SET rooms, GP Hall and ancillary facilities. Works for each site include landscaping, play areas, car parking and extensive site works. Phasing and demolitions required on operational school sites.
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 9 770 000 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: 8
Objective criteria for choosing the limited number of candidates: Suitability assessment questionnaire.
Description
Additional information: Attached as document.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs DoES QW โ does-qw1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019 (9827) and Form B2...โ
List and brief description of conditions
As DoES QW โ does-qw1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019 (9827) and Form B2 Certificate of Satisfactory Execution and QW1Appendix L CV template:
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:
โAs DoES QW โ does-qw1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019 (9827) and Form B2...โ
Contract performance conditions
As DoES QW โ does-qw1-suitability-assessment-questionnaire-restricted-pwc-cf5-cf1-reserved-specialists-not-used-revised-april-2019 (9827) and Form B2 Certificate of Satisfactory Execution and QW1Appendix L CV template.
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: 2021-02-08
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-04-22 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 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: phasing of project including services, restricted access to site for deliveries and removal works, traffic management with use of two banksman to be provided at all times. Both sites are accessed from public road which has as high levels of vehicle and pedestrian traffic particularly at school opening and closing times. Traffic management required during works, site security and site segregation required at each phase, access for emergency services must be maintained at all times. Demolition of existing buildings. Asbestos material in existing buildings.
Excavation and earthwork, uneven ground levels, services disconnection and rerouting of ESB cables.Construction vehicle traffic to be managed by the contractor and segregated from pedestrian access. 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. Evidence showing that they are in compliance with Sectoral Employment Orders for the construction Industry.
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, County Offaly
Postal town: Tullamore
Postal code: R35 Y2N5
Country: Ireland ๐ฎ๐ช
Source: OJS 2020/S 251-627187 (2020-12-21)