The project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building of 10,685sqm at the above site, which contains 3 no. protected structures. No works are proposed to these. Site area is 9.49 hectares.
Deadline
The time limit for receipt of tenders was 2022-05-10.
The procurement was published on 2022-04-08.
Object Scope of the procurement
Title:
โMount Temple Comprehensive School, Malahide Road, Clontarf, Dublin 3, Ireland. D03DX79 - New School Construction
81002Kโ
Products/services: Secondary school construction work๐ฆ
Short description:
โThe project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building of 10,685sqm at the above site, which...โ
Short description
The project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building of 10,685sqm at the above site, which contains 3 no. protected structures. No works are proposed to these. Site area is 9.49 hectares.
Show more
Estimated value excluding VAT: EUR 20 700 000 ๐ฐ
1๏ธโฃ
Additional products/services: Secondary school construction work๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance:
โMount Temple Comprehensive School, Malahide Road, Clontarf, Dublin 3, Ireland. D03DX79โ
Description of the procurement:
โThe project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building, with roof mounted photovoltaic panel...โ
Description of the procurement
The project comprises of the construction of a new predominantly 3 storey 1000 pupil Post Primary School building, with roof mounted photovoltaic panel arrays, an external store, an ESB substation and switchroom, 41 carparking spaces to the north and 19 carparking spaces to the south of the building, new site lighting and associated ancillary hard and soft landscaping works. The development will include the demolition of 6 no. existing buildings on the site, 5 no. of which are currently in use by the school. All will be demolished on a phased basis to accommodate the development. The development is located within the curtilage of Mount Temple lands, upon which there are 3 no. Protected Structures โ Mount Temple House, its Clocktower and the Gate Lodge. No works are proposed to these Protected Structures. Gross internal floor space of the proposed development is 10,685sqm, all on a site of 9.49 hectares. The works are to be carried out on a phased basis as a single construction contract. There will be reserved specialists for the mechanical and electrical contract packages.
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 20 700 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 25
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 Suitability Assessment Questionnaire
Description
Additional information: Reserved Specialists are proposed for the Electrical and Mechanical packages
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs DoES QW1 Suitability Assessment Questionnaire and Declaration โ Restricted Procedure.
A declaration is required to confirm that none of the circumstances...โ
List and brief description of conditions
As DoES QW1 Suitability Assessment Questionnaire and Declaration โ Restricted Procedure.
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.
Successful applicants will be required as part of the construction contract tender submission to submit completed QW3 questionnaires with respect of their proposed specialists with regard to
- mechanical installation
- electrical installation
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 โ Restricted Procedure.โ 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: 2022-05-10
13:00 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 Main Contractor Notice Checklist include reference to QW3 Questionnaire for Mechanical and Electrical Specialists to be submitted by Main Contractor at tender submission.
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 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 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 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.