Works - 609553-2022

Submission deadline has been amended by:  71043-2023
04/11/2022    S213

Ireland-Ennis: Construction work

2022/S 213-609553

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Limerick and Clare Education and Training Board
National registration number: 3185049VH
Postal address: Procurement/Capital Works Section, Station Road
Town: Ennis
NUTS code: IE051 Mid-West
Postal code: Co.Clare
Country: Ireland
Contact person: Marie Cooney
E-mail: marie.cooney@lcetb.ie
Telephone: +353 656865476
Internet address(es):
Main address: https://lcetb.ie/
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/48084
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=227917&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Education

Section II: Object

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

Schools Energy Pathfinder Design & Build Programme 2023/24

Reference number: LCETB/2022/785
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

This project is part of continuing series of Pilot Schemes focusing on Schools Energy Upgrades whose objective is to deliver significant improvements works to a two (2) schools during 2023/24 (primarily during school holiday periods). The shared objectives of the programme are to implement a range of energy efficiency measures in a number of typical schools to achieve:

50% reduction in Carbon Emissions

50% reduction in Direct Carbon Emissions

50% reduction in Primary Energy

BER Grade B

Renewable Heat – 90% of space heating

St Nessans NS Mungret & Hazelwood College, Dromcollogher

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45214200 Construction work for school buildings
45214210 Primary school construction work
45220000 Engineering works and construction works
45300000 Building installation work
45310000 Electrical installation work
45315100 Electrical engineering installation works
45320000 Insulation work
45331000 Heating, ventilation and air-conditioning installation work
45351000 Mechanical engineering installation works
45400000 Building completion work
45420000 Joinery and carpentry installation work
45421100 Installation of doors and windows and related components
45440000 Painting and glazing work
45441000 Glazing work
45450000 Other building completion work
45453000 Overhaul and refurbishment work
45453100 Refurbishment work
71200000 Architectural and related services
71220000 Architectural design services
71310000 Consultative engineering and construction services
71324000 Quantity surveying services
II.2.3)Place of performance
NUTS code: IE051 Mid-West
Main site or place of performance:

Mungret, Limerick and Dromcollogher, Limerick

II.2.4)Description of the procurement:

This project is part of continuing series of Pilot Schemes focusing on Schools Energy Upgrades whose objective is to deliver significant improvements works to a two (2) schools during 2023/24 (primarily during school holiday periods). The shared objectives of the programme are to implement a range of energy efficiency measures in a number of typical schools to achieve:

50% reduction in Carbon Emissions

50% reduction in Direct Carbon Emissions

50% reduction in Primary Energy

BER Grade B

Renewable Heat – 90% of space heating

St Nessans NS Mungret & Hazelwood College, Dromcollogher

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: 10 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
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

Please see Tender Documents

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:

Please see Tender Documents

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:

Please see Tender Documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/01/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/01/2023
Local time: 12:00
Place:

Capital and Procurement Section, Station Road, Ennis, Co. Clare, V95 D32F

Information about authorised persons and opening procedure:

2 Staff from Capital and Procurement Section

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please see Tender Documents

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing)
Town: Inns Quay, Dublin 7
Postal code: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please see Tender Documents

VI.5)Date of dispatch of this notice:
01/11/2022