() () ()
27th September 2019
[issued via etenders.gov.ie]
Re: Tender for Consultancy Services (Open Procedure)
For: Architectural / Civil/Structural Engineering / Building Services (M&E) Engineering / Quantity Surveying Services for the provision of Additional Accommodation at Glencastle National School, Bunnahown, Ballina, Co Mayo Roll No 13222P
A Dhaoine Uaisle
Mayo, Sligo & Leitrim Education and Training Board, on behalf of the Board of Management of Glencastle National School, Bunnahown, Ballina, Co. Mayo, invites you to tender for services in the above consultancy discipline as detailed below.
Background Context
Mayo, Sligo & Leitrim Education and Training Board recently accepted the formal invitation of the DoES to assist the Board of Management of Glencastle National School with the Procurement of Design Team Services for the above project. Mayo, Sligo & Leitrim Education and Training Board will provide assistance with the Design Team Procurement process only. The project will revert to the Board of Management of Glencastle National School (as Client/Contracting Authority) following this process.
Form of Contract
The form of Contract will be:
The Standard Conditions of Engagement for Consultancy Services, DoES COE1 – including Schedules A&B (Architect, Design Team Leader),
or
The Standard Conditions of Engagement for Consultancy Services, DoES COE1 – including Schedules A&B (Engineers & QS)
as appropriate, both available at (http://www.education.ie/) under School Building & Design > Appointment of Consultants.
Tender Submission Procedure
The latest time and date for return of Tenders is: 4:00 pm on Tuesday 12th November 2019
Tenders to be returned via eTenders portal only
This notification to candidates is being issued by eTenders portal and shall be deemed to have been received unless the intended recipient can provide evidence of non-delivery. The non-receipt of such communications shall not invalidate the tender process or award for this project.
Tender submissions must be received by eTenders portal only, with the onus resting with the Tendering party to ensure receipt of the submission before the latest time and date for receipt of tenders.
Tenders sent to any other address will be deemed to be invalid tenders. Unsigned tenders/tender proposal forms will likewise be deemed to be invalid tenders. The signatures must be that of a Principal or Director of the firm.
Tenders will be assessed on the basis of the Most Economically Advantageous Tender (MEAT). The marks for each of the award criteria will be as stated in the Explanatory Notes attached to the Forms of Tender.
Tenders must be in the format prescribed in the Form of Tender.
Tenders must contain:
The completed and signed document entitled “Form of Tender (and Tender Proposal Form) for Consultants (Architect/Design Team Leader & Assigned Certifier)”
or
The completed and signed document entitled “Form of Tender (and Tender Proposal Form) for Consultants (Engineers & Quantity Surveyor)” (as appropriate).
A signed copy of DoES-QC1 Suitability Assessment Declaration 2017 with appropriate attachments.
Queries
This Request for Tender contains all the background information that will be made available to candidates for this submission, and no additional information will be provided.
Any requests relating to purely factual or procedural matters must be made by e-mail on eTenders Portal only.
Where such requests for information (in relation to purely factual or procedural matters) require an amendment to the information provided in the Tender Documents, that information will be made available to all candidates who have obtained a copy of this document.
The latest date for submitting queries is 5 days before the latest date for tender submissions.
Final answers to all queries will be issued to all tenderers not later than 3 days before the latest date for tender submissions.
Description of the Project
The project will comprise of a full design team to provide project management and design consultancy services for the full design, statutory approvals, planning, fire and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works to Glencastle National School, Ballina, Co Mayo through an open procedure on eTenders.
A new extension is to be constructed, based on the suggested schedule of overall accommodation for 1X ASD and 1x S&P class with a mainstream setting, with a Gross floor area of 578m2, as well as the addition of six new car parking spaces, mini-bus queuing on the site and improvements to the existing set down area to the front of the school. The new building should be a standalone single story block and should be located on the site so as to facilitate appropriate mini bus set down and drop off under a covered canopy. It should have a covered external link to the existing 1968 mainstream block, and should help distinguish the visitor’s main entrance to the school. If the design teams preferred design option is to locate the new building forward of the established building line from the road, a pre-planning consultation with Mayo County Council will be important before a planning application is lodged. Any loss of existing amenities such as play areas or sensory garden as a result of the preferred design option location will need to be replaced as part of the works. When situation the main entrance and play areas, the DT should be cognisant of the exposure of the site to the prevailing winds.
The above description is indicative of the size and nature of the project but the extent of accommodation to be provided may increase or decrease. Additional accommodation may be added to the brief including the provision of an additional school (on the same site or sites) at the discretion of the Contracting Authority.
Any additional accommodation added at the discretion of the Contracting Authority is subject to the restrictions as set out in Article 72 of Directive 2014/24/EU (Regulation 72, European Union (Award of Public Authority Contracts) Regulations 2016)
Scope of Work
Full (1) Architectural, (2) Civil Structural Engineering, (3) Building Services (M&E) Engineering, and (4) Quantity Surveying Services (as appropriate) in accordance with the Department’s Design Team Procedures and associated Practice Notes and DoES Schedule of Stage Services for Construction Consultants (Revision 5, Jan 2018), current at the time of tender.
The Total Performance Period for the performance of the Services is stated in Section 4 of the Instructions to Tenderers document.
The Scope of Services may be increased or decreased at the discretion of the Contracting Authority and the fee for such increases/ decreases will be determined at the Client’s choice in proportion to the increase/decrease in those Services or by the Scheduled Time Charges for changes as specified in Clause 11 of the Conditions of Engagement.
Basis of Assessment for Award Criteria
Compliance Check
Tenders may be checked for compliance with this Invitation to Tender and the Tender Proposal form. Tenders which do not comply with these requirements may be excluded from further consideration.
Criterion A, B1, B2 and C
The basis of assessment of the Award Criteria is detailed in the Explanatory Notes attached to the Form of Tender.
Tender Documents
Documents to be included in the Contract:
Attached to this email and available at (http://www.education.ie/) under School Building & Design > Appointment of Consultants:
Available at (http://www.education.ie/) under School Building & Design > Appointment of Consultants:
Attached to this email:
Documents not forming part of the Contract:
This Letter of Invitation to Tender and any other information issued to Candidates not stated to amend the Contract documents.
Project Type / Complexity Level / Reference Hours
This project is designated as
The Notional Capital Value is
€1,400,000.00 (€1.4 million)
The service is for all project stages (i.e. Stages 1 to 5 inclusive). The project Type determines the Reference Hours that are assigned to the project. Candidates can view the reference hours for each discipline by opening the Excel Marking Matrix 2018, selecting the appropriate discipline and selecting the Project Type from the drop down menu revealed by clicking on “Complexity Level”. The Excel Marking Matrix 2018 is only used for assessment of tenders. For a full explanation of how tenders are assessed using the marking matrix see Explanatory Notes attached to the Form of Tender.
Site Visit Details
Site Visits will be available. Notification of attendances is to be notified to Ms Catherine McIntyre, Principal Glencastle National School on 09782283.
Is mise, le meas,
Signed Tom Grady
CE Mayo Sligo & Leitrim Education & Training Board
On behalf of the Board of Management of Glencastle NS (The Client)