2020 CBS Mitchelstown - Building Services (M&E) Engineering Services for Additional Accommodation at CBS, Mitchelstown

The RFT has ended, you cannot answer the invitation.

 

                                                                                                       Christian Brothers Secondary School, 

Mitchelstown  

Co Cork  

P67XF64

 

                                                                                                        Roll No: 62420V

 

                                                                                           25th June 2020

 

Re:                               Tender for Consultancy Services (Open Procedure)  

For:                              Building Services (M&E) Engineering Services    

 

A Dhaoine Uaisle,

 The Board of Management of the Christian Brothers Secondary School, Mitchelstown (the Contracting Authority for this project) invites you to tender for services in the above consultancy discipline as detailed below.

 Form of Contract  

The form of Contract will be:  

  1. The Standard Conditions of Engagement for Consultancy Services

    and

  2. DoES COE1 – Schedules A&B (Architect, Design Team Leader)

    or

    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: 1pm, Wednesday, 29th July, 2020

    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: 

  1. 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). 

  1. 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 

CBS Mitchelstown is a voluntary secondary school under the trusteeship of The Edmund Rice Schools Trust. 

Please see attached Project Brief & Schedule of Additional Accommodation 

In summary, the project will comprise: 

Section A:  

  • 1 x Technologies Prep Room    58.6 m2 each

  • 1 x DCG room                             88.6m2

  • Student & staff toilets                 8 m2

  • Locker Space                               72 m2

    Giving a floor area incl circulation and internal walls of:  201 m2  

Section B 

  • 3 Classroom SEN Base                507 m2

  • Giving a floor area (incl circulation and internal walls of 649.7m2      

Giving a Gross Floor Area for Section A & B  (including circulation, internal walls & stairs 951 m2 

Also: 

  • Secure Hard and soft play area    200 m2

  • Sensory Garden                            100 m2

  • 9 parking spaces    

Also:  

  • Demolition of Existing Prefab  100 m2 

INTERIM TEMPORARY ACCOMMODATION

 

  • Please note: Once appointed, the Design Team (DT) will be tasked with the provision of interim temporary accommodation (100 m2), including all required statutory approvals and compliances, to be used by the school until such time that the permanent structure has been completed. The DT are to ensure that the location of the interim temporary accommodation does not impede the development of the permanent additional accommodation.

 

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:  

  • DoES Form of Tender (and Tender Proposal Form) for Consultants  - Minor (Architect/Design Team Leader & Assigned Certifier) - 2018
  • DoES Form of Tender (and Tender Proposal Form) for Consultants – Minor (Engineers & QS) – 2018
  • DoES-ITTS 1b – Instructions to Tenderers 2018 (Open) 

Available at (http://www.education.ie/) under School Building & Design > Appointment of Consultants:  

  • DoES Schedule of Stage Services for Construction Consultants (Revision 5, Jan 2018)
  • Conditions of Engagement, (DoES COE1, incl. Schedules A & B (Architect, Design Team Leader) - 2018)
  • Conditions of Engagement, (DoES COE1, incl. Schedules A & B (Engineers & QS) - 2018)
  • DoES Tender Excel Marking Matrix 2018. 

Attached to this email:

  • Project Brief 

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 

 The project is designated as Type 2a(2) 

The Notional Capital Value is:  €2,070,000

 

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 2019, selecting the appropriate discipline and selecting the Project Type from the drop down menu revealed by clicking on “Complexity Level”.  The Excel Marking Matrix 2019 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. 

Temporary Accommodation 

The Brief for this project includes a requirement to provide some temporary accommodation on a rental basis to cater for immediate needs in advance of the delivery of the permanent additional accommodation.  The fees being tendered for this competition are for the permanent accommodation only.  The fees for the temporary accommodation will be additional to the tendered fees and will be calculated as follows: 

The tendered percentages for each discipline will be applied to the VAT exclusive cost of the temporary accommodation (i.e. site specific costs plus two years rental).  The fees for temporary accommodation will be payable on completion and certification of the temporary accommodation. 

Site Visit Details:  

Thursday, 9th July, from 10am to 12noon 

Friday, 10th July, from 10am to 12noon 

 

Is mise, le meas,

 

         Mary Hannon 

              Principal  

Secretary, Board of Management