Redevelopment of Loreto Rathfarnham Primary School

The proposed development will consist of: 1.2.1 TEMPORARY ACCOMMODATION The Main Contractor will be responsible to: develop the design intent of the Temporary Accommodation; procure and install Temporary Accommodation; including site preparation, groundworks and services based on general compliance with the Design Intent as enshrined in the drawings and performance …

CPV: 45111100 Trabajos de demolición, 45210000 Trabajos de construcción de inmuebles, 45214210 Trabajos de construcción de centros de enseñanza primaria
Plazo:
23 de septiembre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Redevelopment of Loreto Rathfarnham Primary School
Organismo adjudicador:
Loreto Primary School (Rathfarnham)
Número de premio:
RN00729F

1. Buyer

1.1 Buyer

Official name : Loreto Primary School (Rathfarnham)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Redevelopment of Loreto Rathfarnham Primary School
Description : The proposed development will consist of: 1.2.1 TEMPORARY ACCOMMODATION The Main Contractor will be responsible to: develop the design intent of the Temporary Accommodation; procure and install Temporary Accommodation; including site preparation, groundworks and services based on general compliance with the Design Intent as enshrined in the drawings and performance specifications included in the tender pack in relation to Temporary Accommodation (2 stories, 21 classrooms, 4 learning support rooms, offices and ancillary accommodation, provision of lift access to upper floor, compliance with BReg TGD PartL in terms of thermal envelope and heating method, access decking and site paths and guardings, inter alia); any regularisation in relation to the statutory grants of Planning Permission, Disabled Access Certificate and Fire Safety Certificate as granted in relation to the notional Design Intent for the Temporary Accommodation. It is envisaged that within 6 months of award of contract, the contractor will handover the completed Temporary Accommodation for occupation and use by the Loreto National school, to enable the school vacate the existing buildings and commence teaching and learning within the Temporary Accommodation for the duration of the follow-on Works Requirements phases. The contractor shall be responsible for the removal of the Temporary Accommodation off site after the school decants into the Main Building and linked refurbishment of Granite Building when complete and ready for use by the school, and to complete the site works and landscaping in its footprint. and 1.2.2 DEMOLITION AND SITE CLEARANCE The Main Contractor will be responsible to coordinate the decant of the school staff, students, any fittings and furniture the school wishes to retain, to the Temporary Accommodation when installed. The contractor may then commence the safe removal and disposal of asbestos containing materials identified in the existing school buildings, followed by the careful demolition and material / waste separation of the existing school buildings as identified for demolition within the tender pack. The contractor is to offer all materials for reuse in the circular economy ahead of landfill options. and 1.2.3 CONSTRUCTION OF NEW MAIN BUILDING AND LINKED REFURBISHMENT OF GRANITE BUILDING After the school decanted to the Temporary Accommodation and the demolitions / site clearance completed, the contractor shall commence the construction of the new ca. 3,900m2 3-storey, part 2-storey and part single-storey Main School building, together with its courtyards, double General-Purpose Halls, and link to and refurbishment of the Granite Building. and 1.2.4 REFURBISHMENT AND EXTENSION OF TERESA BALL HOUSE – A PROTECTED STRUCTURE The contractor shall carry out the Refurbishment and Extension of Teresa Ball House in parallel with the main building works, using suitably conservation-accredited contractors and trades-people / crafts-persons. The contractor shall demonstrate to the Architect the qualifications and suitable experience of all trades involved in works to the protected structure. The Architect has the authority to dismiss form site any tradespeople engaged in works to the Teresa ball House who fail to demonstrate suitable skills, experience and qualifications in relation to works to protected structures. and 1.2.5 SITE WORKS On removal of the Temporary Accommodation off site, the contractor shall complete the site works, installation of bal courts, play areas, retaining wall and landscaping. and 1.2.6 INCLUDE FOR PREPARATION AND SUBMISSION / AGREEMENT OF ALL PRE-COMMENCEMENT COMPLIANCE CONDITIONS WITH THE AN BORD PLEANALA GRANTED PLANNING PERMISSION REF ABP-310027-27 / SD20A/0296
Procedure identifier : f89525e0-f79b-4ce2-9e17-24094321e3a7
Internal identifier : RN00729F
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45111100 Demolition work

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 23 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 1
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Agreements with other economic operators aimed at distorting competition :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Redevelopment of Loreto Rathfarnham Primary School
Description : The proposed development will consist of: 1.2.1 TEMPORARY ACCOMMODATION The Main Contractor will be responsible to: develop the design intent of the Temporary Accommodation; procure and install Temporary Accommodation; including site preparation, groundworks and services based on general compliance with the Design Intent as enshrined in the drawings and performance specifications included in the tender pack in relation to Temporary Accommodation (2 stories, 21 classrooms, 4 learning support rooms, offices and ancillary accommodation, provision of lift access to upper floor, compliance with BReg TGD PartL in terms of thermal envelope and heating method, access decking and site paths and guardings, inter alia); any regularisation in relation to the statutory grants of Planning Permission, Disabled Access Certificate and Fire Safety Certificate as granted in relation to the notional Design Intent for the Temporary Accommodation. It is envisaged that within 6 months of award of contract, the contractor will handover the completed Temporary Accommodation for occupation and use by the Loreto National school, to enable the school vacate the existing buildings and commence teaching and learning within the Temporary Accommodation for the duration of the follow-on Works Requirements phases. The contractor shall be responsible for the removal of the Temporary Accommodation off site after the school decants into the Main Building and linked refurbishment of Granite Building when complete and ready for use by the school, and to complete the site works and landscaping in its footprint. and 1.2.2 DEMOLITION AND SITE CLEARANCE The Main Contractor will be responsible to coordinate the decant of the school staff, students, any fittings and furniture the school wishes to retain, to the Temporary Accommodation when installed. The contractor may then commence the safe removal and disposal of asbestos containing materials identified in the existing school buildings, followed by the careful demolition and material / waste separation of the existing school buildings as identified for demolition within the tender pack. The contractor is to offer all materials for reuse in the circular economy ahead of landfill options. and 1.2.3 CONSTRUCTION OF NEW MAIN BUILDING AND LINKED REFURBISHMENT OF GRANITE BUILDING After the school decanted to the Temporary Accommodation and the demolitions / site clearance completed, the contractor shall commence the construction of the new ca. 3,900m2 3-storey, part 2-storey and part single-storey Main School building, together with its courtyards, double General-Purpose Halls, and link to and refurbishment of the Granite Building. and 1.2.4 REFURBISHMENT AND EXTENSION OF TERESA BALL HOUSE – A PROTECTED STRUCTURE The contractor shall carry out the Refurbishment and Extension of Teresa Ball House in parallel with the main building works, using suitably conservation-accredited contractors and trades-people / crafts-persons. The contractor shall demonstrate to the Architect the qualifications and suitable experience of all trades involved in works to the protected structure. The Architect has the authority to dismiss form site any tradespeople engaged in works to the Teresa ball House who fail to demonstrate suitable skills, experience and qualifications in relation to works to protected structures. and 1.2.5 SITE WORKS On removal of the Temporary Accommodation off site, the contractor shall complete the site works, installation of bal courts, play areas, retaining wall and landscaping. and 1.2.6 INCLUDE FOR PREPARATION AND SUBMISSION / AGREEMENT OF ALL PRE-COMMENCEMENT COMPLIANCE CONDITIONS WITH THE AN BORD PLEANALA GRANTED PLANNING PERMISSION REF ABP-310027-27 / SD20A/0296
Internal identifier : RN00729F

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45111100 Demolition work
Quantity : 5 000 square metre

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 23 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Fulfilment of social objectives
Description : provide innovative education spaces for 600 children
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : No Green Public Procurement criteria
Social objective promoted : Accessibility for all
Innovative objective : The procured works, supplies or services are novel or significantly improved compared to other works, supplies, or services already on the market.

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Technical and professional ability
Name : Suitability Assessment Questionnaire
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : 40%
Description :
Description of the method to be used if weighting cannot be expressed by criteria : declarations and evidence
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 09/09/2024 12:00 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/09/2024 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Loreto Primary School (Rathfarnham)
Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Loreto Primary School (Rathfarnham)
Organisation providing more information on the review procedures : Loreto Primary School (Rathfarnham)
Organisation receiving requests to participate : Loreto Primary School (Rathfarnham)
Organisation processing tenders : Loreto Primary School (Rathfarnham)
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Loreto Primary School (Rathfarnham)
Registration number : RN00729F
Postal address : Convent Lane, Grange Road, Rathfarnham, Dublin 14
Town : Rathfarnham Dublin 14
Country : Ireland
Contact point : School Principal
Telephone : 014931640
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : d4a46dff-b286-4d0c-b647-65e192a6d557 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/08/2024 11:21 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00480056-2024
OJ S issue number : 155/2024
Publication date : 09/08/2024