Moyne College MEP Services - Additional Accommodation Scheme at Moyne College, Cathedral Road, Ballina, County Mayo. Roll Number 72020L

The RFT has ended, you cannot answer the invitation.

 

() () () 

01.09.21

 

To whom it may concern,

 

 

Re:                               Tender for Consultancy Services (Open Procedure)

 

For:                              Building Services (M&E) Engineering for the Provision of Additional Accommodation Scheme at Moyne College, Cathedral Road, Ballina, County Mayo. Roll Number 72020L 

 

A Dhaoine Uaisle

 

The Contracting Authority invites you to tender for services in the above consultancy discipline as detailed below.

Form of Contract

The form of Contract will be:

  • The Standard Conditions of Engagement for Consultancy Services

and

  • DoES COE1 – Schedules A&B (Engineers & QS)

as appropriate, both available at www.education.ie (http://www.education.ie) under School Building & Design > Appointment of Consultants.

Tender Submission Procedure

The latest time and date for return of Tenders is: 12:00 noon, 05th October 2021

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

The project will comprise:

The Brief for the project is to design and procure additional accommodation for the school as set out in the Schedule of Accommodation in Appendix A of the Brief document. Except where the accommodation to be provided is for Special Needs, the accommodation is to be designed as a standalone extension. Where possible the extension should be located in a way that will facilitate a future enclosed link to the existing building. It is noted that where the post-primary school might need further expansion, then the masterplan shall facilitate any possible future expansion in the form of a two-storey extension given the restricted nature of the site. As the SEN Base will be single-storey, the design and construction shall allow for any possible future expansion in this way. Therefore, the roof to the SEN Base shall be a flat concrete slab and membrane cover. The superstructure and substructure design and construction shall support this future strategy by incorporating any necessary modifications as current redundant structure. In the case of Special Needs Accommodation, the design should provide for enclosed linkage to the main circulation in the existing building. The accommodation for pupils with Special Educational needs (SEN) should be located and designed in accordance with the requirements of TGD 026, and its addendums. Where room for expansion is severely limited a multi-storey option must be considered.

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, (4) Quantity Surveying Services, (5) PSDP 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 www.education.ie (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 www.education.ie (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 - Schedules A & B (Architect, Design Team Leader)
  • DoES COE1 - Schedules A & B (Engineers & QS)
  • DoES Tender Excel Marking Matrix.

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

Type 2a

This project is designated as  

 

 

€    1,310,000.00    ex VAT

The Notional Capital Value is   

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

Prospective tenderers are advised to visit the site in question by arrangement with the contracting authority in order to ensure that they understand the full extent and scope of the services required under the contract. This is to allay any doubts as to what services are required in the interests of both the contracting authority and the selected tenderer ultimately charged with delivery of the services. No questions/queries will be answered during the site visit. All queries must be channelled through the etenders portal. 

 

Please contact Siobhan Towey, College Principal on (096) 21472) / siobhantowey@msletb.ie (mailto:siobhantowey@msletb.ie) to arrange site visits. The proposed dates for site visits are 6th -10th September 2021 (to note the school is usually locked by 15.00 hours).

Whilst attending you will be required to.

  1. Arrive with a face covering
  2. Sanitise on entry
  3. Sign in
  4. Use your own pen.

Is mise, le meas,

 

Signed      Tom Grady (CE)

                                                                                                                

On behalf of Mayo Sligo Leitrim ETB.