Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for construction works of the St. Thomas’ Junior National School, Jobstown, Tallaght, Dublin 24.
Deadline
The time limit for receipt of tenders was 2022-03-11.
The procurement was published on 2022-02-03.
Object Scope of the procurement
Title: New school for St. Thomas’ JNS, Tallaght, Dublin 24 – Main Contractor
19702N
Products/services: Construction work for school buildings📦
Short description:
“Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for construction works of the St. Thomas’ Junior...”
Short description
Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for construction works of the St. Thomas’ Junior National School, Jobstown, Tallaght, Dublin 24.
Show more
Estimated value excluding VAT: EUR 13 500 000 💰
1️⃣
Additional products/services: Primary school construction work📦
Place of performance: Dublin🏙️
Main site or place of performance: Fortunestown Road, Jobstown, Tallaght, Dublin 24, D24 X577
Description of the procurement:
“Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for construction works of the St. Thomas’ Junior...”
Description of the procurement
Expressions of Interest are invited from suitably qualified Main Contractors who wish to be considered for construction works of the St. Thomas’ Junior National School, Jobstown, Tallaght, Dublin 24.
Proposed works will consist of demolition/ removal of the existing single-storey
St. Thomas’ JNS building (c.2,605 sq. m) and all ancillary structures (c. 211 sq. m) and construction of a new (c. 4,998 sq. m) part three-storey and part two-storey primary school building in its place. The provision of 2-no. single-storey temporary accommodation units, c. 400 sq.m, to facilitate the construction of the new school building. The provision of the external play area, new staff car park and set-down arrangement upgrade to the existing boundary treatment and all associated site and landscaping works.
This is a phased development on a live/ urban site. The day to day operation of the school must be maintained at all times by the appointed Main Contractor.
The Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into a contract with the Main Contractor.
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 13 500 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 30
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:
“The following specialist works will be undertaken on-site by Reserved Specialists:
- Mechanical Building Services
- Electrical Building Services
Reserved...”
Additional information
The following specialist works will be undertaken on-site by Reserved Specialists:
- Mechanical Building Services
- Electrical Building Services
Reserved Specialists are being pre-selected and procured separately from the Main Contract and when procured will enter into contract with the Main Contractor. Reserved Specialists will be required to execute a Collateral Warranty with the Employer
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“As per DoE-QW1 Suitability Assessment Questionnaire and Declaration.
A declaration is required to confirm that none of the circumstances specified Article...”
List and brief description of conditions
As per DoE-QW1 Suitability Assessment Questionnaire and Declaration.
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: As per DoE-QW1 Suitability Assessment Questionnaire and Declaration.
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: 2022-03-11
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2022-05-27 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Complementary information 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 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:
The site is immediately adjacent to an existing live school environment, within an existing
residential neighborhood. Access to the site is restricted. Small amounts of asbestos are
present in the existing buildings.The successful contractor will be required to manage their construction traffic and existing traffic in and around the constrained urban site. The contract also involves the demolition of the existing buildings and IW services diversions. The contractor will be required to liaise and cooperate with the school, parents and pupils to eliminate health and safety risks during works.
Expressions of Interest or tender competitions have been or are being conducted separately for: Mechanical and Electrical Reserved Specialists.
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 & 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
Postal address: Portlaoise Road
Postal town: Tullamore,
Postal code: R35 Y2N5
Country: Ireland 🇮🇪
URL: https://www.education.ie/en/🌏
Source: OJS 2022/S 027-067843 (2022-02-03)