Back to tenders & grants page
Ireland-Dublin: Construction work for school buildings Construction & Engineering, Electronics & Electrical Ireland-Dublin: Construction work for school buildings
Receive Tenders like this by email

Ireland-Dublin: Construction work for school buildings

Ireland-Dublin: Construction work for school buildings has been closed on 02 May 2021. It no longer accepts any bids. For further information, you can contact the Dublin and Dun Laoghaire Education and Training Board (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Dublin and Dun Laoghaire Education and Training Board (N/A)

Industry:

Construction & Engineering

Electronics & Electrical

Status:

Closed

Timeline

Published:

01 Nov 2021

Deadline:

02 May 2021

Value:

Not available

Contacts

Name:

Bill Kavanagh

Phone:

+353 087-6992281

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:8768-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Dublin and Dun Laoghaire Education and Training Board
National registration number: N/A
Postal address: 1 Tuansgate, Belgard Square East, Tallaght
Town: Dublin 24
NUTS code: IE061 Dublin
Country: Ireland
Contact person: Bill Kavanagh
E-mail: [email protected]
Telephone: +353 087-6992281
Internet address(es):
Main address: http://www.ddletb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1117
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=180589&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=180589&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Electrical Sub-Contract Reserved Specialist: Proposed New Post Primary School, Gaelcholaiste Reachrann, for Dublin and Dun Laoghaire ETB, Grange Abbey Road, Donaghmede, Dublin 13

Reference number: 76085N
II.1.2)Main CPV code
45214200 Construction work for school buildings
II.1.3)Type of contract
Works
II.1.4)Short description:

Electrical Installation works for the construction of a 600 pupil post primary school, two storey 38 classroom building of 6 972.5 m2, to include general and specialist classrooms, GP

Hall, PE Hall, and associated external site works including car parking and ball courts.

II.1.5)Estimated total value
Value excluding VAT: 1 706 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45310000 Electrical installation work
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Gaelcholaiste Reachrann, Grange Abbey Road, Donaghmede, Dublin 13.

II.2.4)Description of the procurement:

Electrical sub-contract reserved specialist: construction of a new 600 pupil post primary school, two storey 38 classroom building of 6 972.5 m2, to include general and specialist classrooms, GP Hall, PE Hall, and associated external site works including car parking and ball courts.

The contract shall include the reinstatement of 1 100 m2 of teaching, administrative and ancillary accommodation that is presently occupied by Gaelcholaiste Reachrann within the main building of Grange Community College. The re-instatement works are generally of a minor nature

Reserved Specialists are being pre-selected and procured separately from the main contract and when procured will enter into contract with the main contractor.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 12 730 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 25
This contract is subject to renewal: no
II.2.9)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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As DoES-QW4 Suitability assessment questionnaire – reserved specialists (latest version).

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.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

As DoES-QW4 suitability assessment questionnaire – reserved specialists (latest version).

III.2.3)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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 05/02/2021
Local time: 17:30
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 02/08/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)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 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 enter into a contract with the successful main contractor.

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 if not otherwise stated).

Expressions of Interest or tender competitions have been or are being conducted separately for: (Main Contract works for the construction of the school. Reserved Specialists for the Mechanical Services Installations are being pre-selected and procured separately from the main contract and when procured will enter into contract with the Main Contractor]).

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.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Department of Education
Postal address: Portlaoise Road, County Offaly
Town: Tullamore
Country: Ireland
VI.5)Date of dispatch of this notice:
06/01/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more