Wettbewerbe für Architekten und Ingenieure, Landschaftsarchitekten, Architektur Studenten Wettbewerbe für Architekten und Ingenieure, Landschaftsarchitekten, Architektur Studenten
X

NEU: Bitte beachten Sie, dass Sie sich ab sofort mit E-Mail und Passwort einloggen.

Passwort erneuern
Neu registrieren

Cashel Community School — Tender for Architectural Services , Dublin/ Irland

Architektur Wettbewerbs-Ergebnis

wa-ID
wa-2029133
Tag der Veröffentlichung
28.05.2020
Aktualisiert am
01.12.2019
Verfahrensart
Offener Wettbewerb
Zulassungsbereich
EWG - mit GATT-Beteiligung
EU /EWR
Beteiligung
5 Arbeiten
Bewerbungsschluss
22.10.2019
Preisgerichtssitzung
15.11.2019

Gewinner

Kenny Lyons and Associates, Tullamore
Wettbewerbsaufgabe
Bereitstellung zusätzlicher Unterkünfte 2019
5 x 58,6 m2 Allgemeine Klassenzimmer, 2 x SEN-Sockel (insgesamt inkl. Wand + Auflage 524,4 m2) und Nebenarbeiten gemäß beigefügtem Zeitplan, um einen Holzarbeitsraum und Büros usw. in das bestehende Gebäude der Cashel Community School Roll Nr. 91497A aufzunehmen

Provision of additional accommodation 2019
5 x 58.6 m2 General classrooms, 2 x SEN base (total inc wall + circulation 524.4 m2) and Ancillary works as per attached schedule to include a woodwork room and offices etc within existing building at Cashel Community School Roll No 91497A
13/09/2019    S177    - - Services - Contract notice - Open procedure 
Ireland-Dublin: Architectural, construction, engineering and inspection services
2019/S 177-431340
Contract notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority


I.1) Name and addresses

Department of Education and Skills
IE4000067R
Marlborough Street
Dublin
Dublin 1
Ireland
Contact person: Jim Twohig
Telephone: +353 858158518
E-mail: jmtwohig@gmail.com
NUTS code: IE
Internet address(es):
Main address: www.education.ie
Address of the buyer profile: irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1142
I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=153674&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=153674&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title:
Cashel Community School — Tender for Architectural Services
Reference number: Cashel CS 2019
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description:
Provision of additional accommodation 2019
5 x 58,6 m2 General classrooms, 2 x SEN base (total inc wall + circulation 524,4 m2) and ancillary works as per attached schedule to include a woodwork room and offices etc within existing building at Cashel Community School Roll No 91497A.
II.1.5) Estimated total value
Value excluding VAT: 2 500 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code: IE
Main site or place of performance:
Co Tipperary.
II.2.4) Description of the procurement:
You are invited to tender for architectural services for the provision of additional accommodation 2019
5 x 58,6 m2 General classrooms, 2 x SEN base (total inc wall + circulation 524,4 m2) and ancillary works including provision of woodwork room and Offices, etc. as per attached schedule at Cashel Community School Roll No 91497A.
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: 2 500 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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.2.12) Information about electronic catalogues
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
Tender for architectural services and to lead the design team in delivering the above project at Cashel CS.

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:
As DoES QC1 Suitability assessment declaration framework agreement for construction consultants 2017.
A declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014/24/EU(and Regulation 57 of Sl No 284 of 2016)or Article 80 Directive 2014/25/EU(and regulation 85 Sl No 286 of 2016)apply to the applicant.
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.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
As DoES QC1 suitability assessment declaration framework agreement for construction consultants 2017.
III.2.3) 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

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/10/2019
Local time: 18:00
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
Tender must be valid until: 20/12/2019
IV.2.7) Conditions for opening of tenders
Date: 22/10/2019
Local time: 18:00

Section VI: Complementary information


VI.1) Information about recurrence

This is a recurrent procurement: no
VI.2) Information about electronic workflows

VI.3) Additional information
:
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 contract.
The contract will be awarded on the basis of the 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,Sl 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 under the Act.
VI.4) Procedures for review
VI.4.1) Review body
Department of Education and Skills
Portlaoise Road,Tullamore, Co Offaly
Tullamore
Ireland
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained

VI.5) Date of dispatch of this notice:

12/09/2019

Weitere Ergebnisse zum Thema

Jetzt Abonnent werden um alle Bilder zu sehen

jetzt abonnieren

Schon wa Abonnent?
Bitte einloggen