Object Scope of the procurement
Title:
โAdditional Accommodation, Ancillary Works and Car Parking
Midleton CBS Primary Schoolโ
Products/services: Architectural and related services๐ฆ
Short description:
โAlterations and refurbishments to the existing St Bridget's NS (approx. 400 m) to include 2 SEN classes, SET rooms and ancillary accommodation.โ
Estimated value excluding VAT: EUR 1 100 000 ๐ฐ
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 formulation report. Alterations and refurbishments to the existing St Bridgetโs NS (approx. 400 m) to include 2 SEN classes, SET rooms and ancillary accommodation. The remaining accommodation is to be located in a new extension linking the two schools together. Electrical, Mechanical, IT and alarm systems serving the two separate school buildings need to be fully integrated to allow the school to operate in an efficient and cost-effective way as a single unit. Prefabs on site are to be removed once construction is complete. The school is currently using these as SET rooms.
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 general-purpose room.
In the case of special needsโ 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 0026 and its addendums.
The design team shall also review car parking, set down arrangements to incorporate any adjustments necessitated by the new building.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 1 100 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system Description
Duration: 60
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โDoES-QC1 โ Suitability Assessment Declaration โ Framework Agreement for Construction Consultants 2017 For Capital Works.
A declaration is required to...โ
List and brief description of conditions
DoES-QC1 โ Suitability Assessment Declaration โ Framework Agreement for Construction Consultants 2017 For Capital Works.
A declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014/24/EU (and Regulation 57 of SI No 284 of 2016) or Article 80 of Directive 2014/25/EU (and Regulation 85 of SI No 286 of 2016) apply to the applicant.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
โDoES-QC1 โ Suitability Assessment Declaration โ Framework Agreement for Construction Consultants 2017 For Capital Works.โ Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-03-31
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 60
Conditions for opening of tenders: 2020-03-31
12:00 ๐
Complementary information Additional information
โAll tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission...โ
All tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission of the apparently successful tenderer will be validated prior to awarding the contract.
The contract will be awarded on the basis of most economically advantageous tender.
The scope of works requirements may be extended to include additional works of a similar nature at the discretion of the contracting authority. All additional scope of works are subject to the restrictions as set out in Article 72 of Directive 2014/24/EC (Regulation 72, SI 284 of 2016).
It is a condition precedent to the award of the contract that the successful tenderer will provide a current tax clearance certificate or in the case of a non-resident tenderer a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.
The Funding Agency, the Department of Education and Skills, is subject to the requirements of the Freedom of Information Acts, 1997, 2003 and 2014. If a tenderer considers that any of the information supplied in response to this notice is either commercially sensitive or confidential, this should be highlighted and reasons for its sensitivity given. The relevant material will, in response to a request under the Act, be examined in the light of exemptions provided for in the Act.
Show more Review body
Name: Department of Education and Skills
Postal address: Portlaoise Road, Tullamore
Postal town: County Offaly
Postal code: R35 Y2N5
Country: Ireland ๐ฎ๐ช
Phone: +353 214907100๐
E-mail: tenders@corketb.ie๐ง
Source: OJS 2020/S 045-106690 (2020-02-28)
Contract award notice (2021-04-07) Object Scope of the procurement
Short description:
โAlterations and refurbishments to the existing St. Bridget's NS (approx. 400m2) to include 2 SEN classes, SET rooms and ancillary accommodation.โ
Total value of the procurement (excluding VAT): EUR 53 075 ๐ฐ
Description
Main site or place of performance: Midleton CBS Primary School, Rosary Place, Midleton, Co. Cork. TP25 EK13.
Description of the procurement:
โThe 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...โ
Description of the procurement
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 Formulation Report. Alterations and refurbishments to the existing St. Bridgetโs NS (approx. 400 m) to include 2 SEN classes, SET rooms and ancillary accommodation. The remaining accommodation is to be located in a new extension linking the two schools together. Electrical, Mechanical, IT and alarm systems serving the two separate school buildings need to be fully integrated to allow the school to operate in an efficient and cost-effective way as a single unit. Prefabs on site are to be removed once construction is complete. The school is currently using these as SET rooms.
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 general-purpose room.
In the case of special needsโ 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 0026 and its addendums.
The design team shall also review carparking, set down arrangements to incorporate any adjustments necessitated by the new building.
Show more Award criteria
Price
Description
Additional information: Price was not the only qualifying criterion.
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 045-106690
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Additional Accommodation, Ancillary Works and Car Parking
Date of conclusion of the contract: 2021-04-06 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: E-Project Chartered Architects Ltd
National registration number: Vat no. 6331826D
Postal address: 21, Lower Main Street, Waterford
Postal town: Dungarvan, Co. Waterford
Country: Ireland ๐ฎ๐ช
Phone: +353 5848794๐
E-mail: michael@epca.ie๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.epca.ie๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 53 075 ๐ฐ
Total value of the contract/lot: EUR 53 075 ๐ฐ
Complementary information Additional information
โAll tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission...โ
All tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission of the apparently successful tenderer will be validated prior to awarding the contract.
The contract will be awarded on the basis of most economically advantageous tender.
The scope of works requirements may be extended to include additional works of a similar nature at the discretion of the Contracting Authority. All additional scope of works are subject to the restrictions as set out in Article 72 of Directive 2014/24/EC (Regulation 72, SI 284 of 2016).
It is a condition precedent to the award of the contract that the successful tenderer will provide a current tax clearance certificate or in the case of a non-resident tenderer a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.
The Funding Agency, the Department of Education and Skills, is subject to the requirements of the Freedom of Information Acts, 1997, 2003 and 2014. If a tenderer considers that any of the information supplied in response to this notice is either commercially sensitive or confidential, this should be highlighted and reasons for its sensitivity given. The relevant material will, in response to a request under the Act, be examined in the light of exemptions provided for in the Act.
Show more
Source: OJS 2021/S 070-178906 (2021-04-07)