Ausschreibung: Beratungsdienste von Ingenieurbüros - IE-Clane Beratungsdienste von Ingenieurbüros Dienstleistungen von Ingenieurbüros Technische Beratung und Konstruktionsberatung Beratung im Tief- und Hochbau Beratung im Hochbau Planungsleistungen im Bauwesen Dokument Nr...: 222667-2021 (ID: 2021050409140627765) Veröffentlicht: 04.05.2021 * IE-Clane: Beratungsdienste von Ingenieurbüros 2021/S 86/2021 222667 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Hewetson's School Nationale Identifikationsnummer: 13902O Postanschrift: Millicent Ort: Clane NUTS-Code: IE Éire / Ireland Postleitzahl: Co. Kildare Land: Irland Kontaktstelle(n): Janet Morgan E-Mail: [6]info@hewetson.ie Telefon: +353 45868233 Internet-Adresse(n): Hauptadresse: [7]www.hewetson.ie Adresse des Beschafferprofils: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/12025 4 I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETEN DERS_SIMPLE Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETE NDERS_SIMPLE Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Bildung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Civil Structural Engineering Services for the Redevelopment of, and Extension to Hewetson N.S., Clane, Co. Kildare Referenznummer der Bekanntmachung: 13902O II.1.2)CPV-Code Hauptteil 71318000 Beratungsdienste von Ingenieurbüros II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Civil structural engineering services for the redevelopment of, and extension to Hewetson N.S., Clane, Co. Kildare. You are requested to study in detail the attached project brief and in particular the schedules of accommodation. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 1 900 000.00 EUR II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.2)Weitere(r) CPV-Code(s) 71300000 Dienstleistungen von Ingenieurbüros 71310000 Technische Beratung und Konstruktionsberatung 71311000 Beratung im Tief- und Hochbau 71312000 Beratung im Hochbau 71320000 Planungsleistungen im Bauwesen II.2.3)Erfüllungsort NUTS-Code: IE Éire / Ireland Hauptort der Ausführung: Hewetson, IRELAND. II.2.4)Beschreibung der Beschaffung: Civil structural engineering services for the redevelopment of, and extension to Hewetson N.S., Clane, Co. Kildare. Hewetson N.S. is a co-educational primary school under the patronage of the Church of Ireland Diocese of Meath and Kildare. The school was founded in 1783 and moved to the current site in 1805. You are requested to study in detail the attached project brief and in particular the schedules of accommodation. The project will comprise: 1) The provision of additional accommodation in a standalone extension(s) with a covered link of 1 081 m^2 to the existing school building, as defined in the Schedule of Accommodation. 2) The project includes the appropriate refurbishment of the existing building to be retained for ongoing educational use, decanting if required, necessary to satisfactorily develop the Primary School on the existing site. 3) Accommodation as per schedule of accommodation, to include: 6 x mainstream classrooms; 1 x SEN Base 208 m^2; general purpose room and other associated spaces. Architectural services shall also include for: (a) fire safety consultancy services, either as an in-house competency or a bought-in service, for the purpose of providing fire safety advice during design and to carry out fire safety compliance inspections at key stages during construction to verify, in conjunction with the assigned certifier and the contractor, compliance with the Building Regulations Part B; (b) landscape architectural services either as an in-house competency or as a bought in service for the purpose of providing landscaping services up to and including planning permission stage; (c) architectural conservation Grade 2 services either as an in-house competency or as a bought in service for the purpose of modifying the protected structure. It is anticipated that an architectural heritage impact assessment will be required. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 900 000.00 EUR II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 56 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: As DoES-QC1 Suitability assessment declaration 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. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: As DoES-QC1 Suitability assessment declaration. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 31/05/2021 Ortszeit: 13:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 3 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 31/05/2021 Ortszeit: 13:00 Ort: Hewetson, IRELAND. Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.3)Zusätzliche Angaben: 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. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Department of Education and Skills Postanschrift: Portlaoise Road Ort: Tullamore Land: Irland VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2021 References 6. mailto:info@hewetson.ie?subject=TED 7. http://www.hewetson.ie/ 8. https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/120254 9. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETENDERS_SIMPLE 10. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETENDERS_SIMPLE OT: 04/05/2021 S86 Ireland-Clane: Advisory and consultative engineering services 2021/S 086-222667 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Hewetson's School National registration number: 13902O Postal address: Millicent Town: Clane NUTS code: IE Éire / Ireland Postal code: Co. Kildare Country: Ireland Contact person: Janet Morgan E-mail: [6]info@hewetson.ie Telephone: +353 45868233 Internet address(es): Main address: [7]www.hewetson.ie Address of the buyer profile: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/12025 4 I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETEN DERS_SIMPLE Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187881&B=ETE NDERS_SIMPLE Tenders or requests to participate must be submitted to the abovementioned address I.4)Type of the contracting authority Body governed by public law I.5)Main activity Education Section II: Object II.1)Scope of the procurement II.1.1)Title: Civil Structural Engineering Services for the Redevelopment of, and Extension to Hewetson N.S., Clane, Co. Kildare Reference number: 13902O II.1.2)Main CPV code 71318000 Advisory and consultative engineering services II.1.3)Type of contract Services II.1.4)Short description: Civil structural engineering services for the redevelopment of, and extension to Hewetson N.S., Clane, Co. Kildare. You are requested to study in detail the attached project brief and in particular the schedules of accommodation. II.1.5)Estimated total value Value excluding VAT: 1 900 000.00 EUR II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.2)Additional CPV code(s) 71300000 Engineering services 71310000 Consultative engineering and construction services 71311000 Civil engineering consultancy services 71312000 Structural engineering consultancy services 71320000 Engineering design services II.2.3)Place of performance NUTS code: IE Éire / Ireland Main site or place of performance: Hewetson, IRELAND. II.2.4)Description of the procurement: Civil structural engineering services for the redevelopment of, and extension to Hewetson N.S., Clane, Co. Kildare. Hewetson N.S. is a co-educational primary school under the patronage of the Church of Ireland Diocese of Meath and Kildare. The school was founded in 1783 and moved to the current site in 1805. You are requested to study in detail the attached project brief and in particular the schedules of accommodation. The project will comprise: 1) The provision of additional accommodation in a standalone extension(s) with a covered link of 1 081 m^2 to the existing school building, as defined in the Schedule of Accommodation. 2) The project includes the appropriate refurbishment of the existing building to be retained for ongoing educational use, decanting if required, necessary to satisfactorily develop the Primary School on the existing site. 3) Accommodation as per schedule of accommodation, to include: 6 x mainstream classrooms; 1 x SEN Base 208 m^2; general purpose room and other associated spaces. Architectural services shall also include for: (a) fire safety consultancy services, either as an in-house competency or a bought-in service, for the purpose of providing fire safety advice during design and to carry out fire safety compliance inspections at key stages during construction to verify, in conjunction with the assigned certifier and the contractor, compliance with the Building Regulations Part B; (b) landscape architectural services either as an in-house competency or as a bought in service for the purpose of providing landscaping services up to and including planning permission stage; (c) architectural conservation Grade 2 services either as an in-house competency or as a bought in service for the purpose of modifying the protected structure. It is anticipated that an architectural heritage impact assessment will be required. 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: 1 900 000.00 EUR II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 56 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.2.13)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 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 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. 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.2)Conditions related to the contract III.2.2)Contract performance conditions: As DoES-QC1 Suitability assessment declaration. 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.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.2)Time limit for receipt of tenders or requests to participate Date: 31/05/2021 Local time: 13:00 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 Duration in months: 3 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 31/05/2021 Local time: 13:00 Place: Hewetson, IRELAND. Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no 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 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. VI.4)Procedures for review VI.4.1)Review body Official name: Department of Education and Skills Postal address: Portlaoise Road Town: Tullamore Country: Ireland VI.5)Date of dispatch of this notice: 29/04/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de