PRIVATE AND CONFIDENTIAL
Mr Niall Culleton
BCF Architects
Cloncannon Lower
Mountmellick R32K6H9
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr Niall Culleton,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
a) Working with concrete framed buildings.b) Working in a sensitive environment taking into considerations the clients needs.c) Engineered alterations to masonry wallingd) Retro-fit air tightness and Insulation Systems.e) Working on a phased basis within the contract.
Additional information
1. The site contains both over ground and underground services (to be protected and in part diverted).
2. Ground conditions do not require any special treatment or ground stabilisation work
3. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
4. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.1 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.2 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.3 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.4 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.5 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.6 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.7 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.8 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.9 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.10 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(i) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(ii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(iii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 4. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
1. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]2. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]3. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
4. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
5. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
6. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
7. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
8. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
9. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
10. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
11. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Fintan Smith
Finosh Construction
Corraghoe
Stradone
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Fintan Smith,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
f) Working with concrete framed buildings.g) Working in a sensitive environment taking into considerations the clients needs.h) Engineered alterations to masonry wallingi) Retro-fit air tightness and Insulation Systems.j) Working on a phased basis within the contract.
Additional information
5. The site contains both over ground and underground services (to be protected and in part diverted).
6. Ground conditions do not require any special treatment or ground stabilisation work
7. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
8. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.11 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.12 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.13 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.14 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.15 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.16 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.17 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.18 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.19 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.20 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(iv) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(v) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(vi) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 5. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
12. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]13. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]14. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
15. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
16. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
17. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
18. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
19. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
20. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
21. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
22. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Donal Corrigan
Frank C. Murray & Sons Construction Ltd.
Ballybritt
Roscrea
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Donal Corrigan,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
k) Working with concrete framed buildings.l) Working in a sensitive environment taking into considerations the clients needs.m) Engineered alterations to masonry wallingn) Retro-fit air tightness and Insulation Systems.o) Working on a phased basis within the contract.
Additional information
9. The site contains both over ground and underground services (to be protected and in part diverted).
10. Ground conditions do not require any special treatment or ground stabilisation work
11. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
12. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.21 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.22 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.23 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.24 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.25 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.26 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.27 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.28 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.29 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.30 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(vii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(viii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(ix) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 6. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
23. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]24. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]25. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
26. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
27. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
28. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
29. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
30. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
31. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
32. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
33. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Colm Kelly
Carroll O'Keeffe
The Green
Clonaslee
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Colm Kelly,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
p) Working with concrete framed buildings.q) Working in a sensitive environment taking into considerations the clients needs.r) Engineered alterations to masonry wallings) Retro-fit air tightness and Insulation Systems.t) Working on a phased basis within the contract.
Additional information
13. The site contains both over ground and underground services (to be protected and in part diverted).
14. Ground conditions do not require any special treatment or ground stabilisation work
15. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
16. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.31 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.32 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.33 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.34 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.35 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.36 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.37 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.38 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.39 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.40 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(x) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xi) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 7. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
34. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]35. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]36. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
37. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
38. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
39. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
40. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
41. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
42. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
43. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
44. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Martin Reddin
Martin Reddin Ltd
Kellyville Centre
Portlaoise
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Martin Reddin,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
u) Working with concrete framed buildings.v) Working in a sensitive environment taking into considerations the clients needs.w) Engineered alterations to masonry wallingx) Retro-fit air tightness and Insulation Systems.y) Working on a phased basis within the contract.
Additional information
17. The site contains both over ground and underground services (to be protected and in part diverted).
18. Ground conditions do not require any special treatment or ground stabilisation work
19. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
20. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.41 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.42 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.43 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.44 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.45 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.46 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.47 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.48 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.49 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.50 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xiii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xiv) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xv) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 8. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
45. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]46. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]47. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
48. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
49. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
50. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
51. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
52. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
53. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
54. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
55. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Brian Kane
Kane Construction
The Chase Building
Carmanhall Road
Sandyford
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Brian Kane,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
z) Working with concrete framed buildings.aa) Working in a sensitive environment taking into considerations the clients needs.bb) Engineered alterations to masonry wallingcc) Retro-fit air tightness and Insulation Systems.dd) Working on a phased basis within the contract.
Additional information
21. The site contains both over ground and underground services (to be protected and in part diverted).
22. Ground conditions do not require any special treatment or ground stabilisation work
23. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
24. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.51 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.52 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.53 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.54 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.55 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.56 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.57 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.58 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.59 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.60 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xvi) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xvii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xviii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 9. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
56. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]57. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]58. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
59. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
60. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
61. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
62. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
63. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
64. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
65. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
66. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Keith Proctor
Townlink Construction
10 Greenhills Business Park
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Keith Proctor,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
1 of 467
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
ee) Working with concrete framed buildings.ff) Working in a sensitive environment taking into considerations the clients needs.gg) Engineered alterations to masonry wallinghh) Retro-fit air tightness and Insulation Systems.ii) Working on a phased basis within the contract.
Additional information
25. The site contains both over ground and underground services (to be protected and in part diverted).
26. Ground conditions do not require any special treatment or ground stabilisation work
27. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
28. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.61 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.62 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.63 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.64 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.65 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.66 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.67 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.68 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.69 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.70 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xix) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xx) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxi) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 10. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
67. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]68. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]69. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
70. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
71. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
72. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
73. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
74. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
75. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
76. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
77. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Miss Lavana Chamney
BAM Building Ltd
Kill
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Miss Lavana Chamney,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
1 of 467
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
jj) Working with concrete framed buildings.kk) Working in a sensitive environment taking into considerations the clients needs.ll) Engineered alterations to masonry wallingmm) Retro-fit air tightness and Insulation Systems.nn) Working on a phased basis within the contract.
Additional information
29. The site contains both over ground and underground services (to be protected and in part diverted).
30. Ground conditions do not require any special treatment or ground stabilisation work
31. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
32. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.71 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.72 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.73 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.74 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.75 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.76 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.77 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.78 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.79 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.80 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxiii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxiv) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 11. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
78. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]79. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]80. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
81. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
82. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
83. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
84. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
85. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
86. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
87. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
88. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. James Johnson
Merrion Contracting Ltd
Beckett House
66 Clonkeen Drive
Foxrock
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. James Johnson,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
oo) Working with concrete framed buildings.pp) Working in a sensitive environment taking into considerations the clients needs.qq) Engineered alterations to masonry wallingrr) Retro-fit air tightness and Insulation Systems.ss) Working on a phased basis within the contract.
Additional information
33. The site contains both over ground and underground services (to be protected and in part diverted).
34. Ground conditions do not require any special treatment or ground stabilisation work
35. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
36. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.81 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.82 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.83 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.84 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.85 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.86 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.87 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.88 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.89 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.90 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxv) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxvi) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxvii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 12. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
89. The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]90. The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]91. The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
92. The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
93. The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
94. The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
95. The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
96. The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
97. The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
98. The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
99. The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Kieran Fay
Glenbrier Construction
Dunmoe
Hayes
Navan
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Kieran Fay,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
tt) Working with concrete framed buildings.uu) Working in a sensitive environment taking into considerations the clients needs.vv) Engineered alterations to masonry wallingww)Retro-fit air tightness and Insulation Systems.xx) Working on a phased basis within the contract.
Additional information
37. The site contains both over ground and underground services (to be protected and in part diverted).
38. Ground conditions do not require any special treatment or ground stabilisation work
39. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
40. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.91 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.92 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.93 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.94 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.95 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.96 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.97 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.98 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.99 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.100 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxviii)……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxix) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxx) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 13. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
100.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]101.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]102.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
103.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
104.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
105.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
106.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
107.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
108.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
109.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
110.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Jonathan Kenny
Glenman Corporation Ltd
Merrion House
Liosban Ind Est, Tuam Road
Galway
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Jonathan Kenny,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
yy) Working with concrete framed buildings.zz) Working in a sensitive environment taking into considerations the clients needs.aaa)Engineered alterations to masonry wallingbbb) Retro-fit air tightness and Insulation Systems.ccc) Working on a phased basis within the contract.
Additional information
41. The site contains both over ground and underground services (to be protected and in part diverted).
42. Ground conditions do not require any special treatment or ground stabilisation work
43. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
44. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.101 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.102 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.103 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.104 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.105 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.106 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.107 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.108 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.109 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.110 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxxi) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxxii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxxiii)………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 14. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
111.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]112.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]113.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
114.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
115.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
116.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
117.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
118.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
119.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
120.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
121.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Miss Aisling Phelan
Robert Quinn Ltd
The Waterfront
Mill Lane
Carlow
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Miss Aisling Phelan,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
ddd) Working with concrete framed buildings.eee)Working in a sensitive environment taking into considerations the clients needs.fff) Engineered alterations to masonry wallingggg)Retro-fit air tightness and Insulation Systems.hhh) Working on a phased basis within the contract.
Additional information
45. The site contains both over ground and underground services (to be protected and in part diverted).
46. Ground conditions do not require any special treatment or ground stabilisation work
47. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
48. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.111 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.112 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.113 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.114 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.115 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.116 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.117 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.118 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.119 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.120 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxxiv) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxxv) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxxvi) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 15. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
122.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]123.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]124.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
125.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
126.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
127.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
128.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
129.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
130.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
131.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
132.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Keith Thomson
ABM Construction
Unit 2b Feltrim Business Park
Drynam Road
Swords
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Keith Thomson,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
iii) Working with concrete framed buildings.jjj) Working in a sensitive environment taking into considerations the clients needs.kkk) Engineered alterations to masonry wallinglll) Retro-fit air tightness and Insulation Systems.mmm) Working on a phased basis within the contract.
Additional information
49. The site contains both over ground and underground services (to be protected and in part diverted).
50. Ground conditions do not require any special treatment or ground stabilisation work
51. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
52. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.121 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.122 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.123 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.124 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.125 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.126 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.127 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.128 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.129 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.130 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xxxvii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xxxviii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xxxix) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 16. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
133.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]134.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]135.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
136.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
137.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
138.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
139.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
140.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
141.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
142.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
143.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Keith Enright
Townmore Construction
Clonminch House, 2nd Floor
Clonminch Hi Tech Park
Tullamore
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Keith Enright,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
nnn) Working with concrete framed buildings.ooo) Working in a sensitive environment taking into considerations the clients
needs.ppp) Engineered alterations to masonry wallingqqq) Retro-fit air tightness and Insulation Systems.rrr) Working on a phased basis within the contract.
Additional information
53. The site contains both over ground and underground services (to be protected and in part diverted).
54. Ground conditions do not require any special treatment or ground stabilisation work
55. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
56. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.131 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.132 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.133 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.134 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.135 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.136 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.137 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.138 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.139 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.140 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xl) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xli) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xlii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 17. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
144.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]145.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]146.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
147.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
148.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
149.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
150.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
151.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
152.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
153.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
154.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. John Heffernan
Fernan Ross
53 Silver Quay
Northgate Street
Athlone
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. John Heffernan,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
sss) Working with concrete framed buildings.ttt) Working in a sensitive environment taking into considerations the clients needs.uuu) Engineered alterations to masonry wallingvvv) Retro-fit air tightness and Insulation Systems.www) Working on a phased basis within the contract.
Additional information
57. The site contains both over ground and underground services (to be protected and in part diverted).
58. Ground conditions do not require any special treatment or ground stabilisation work
59. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
60. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.141 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.142 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.143 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.144 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.145 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.146 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.147 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.148 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.149 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.150 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xliii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xliv) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xlv) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 18. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
155.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]156.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]157.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
158.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
159.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
160.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
161.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
162.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
163.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
164.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
165.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Will McLoughlin
1 Liffethy Heights
Ballymore Eustace
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Will McLoughlin,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
1 of 467
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
xxx) Working with concrete framed buildings.yyy) Working in a sensitive environment taking into considerations the clients needs.zzz) Engineered alterations to masonry wallingaaaa) Retro-fit air tightness and Insulation Systems.bbbb) Working on a phased basis within the contract.
Additional information
61. The site contains both over ground and underground services (to be protected and in part diverted).
62. Ground conditions do not require any special treatment or ground stabilisation work
63. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
64. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.151 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.152 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.153 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.154 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.155 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.156 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.157 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.158 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.159 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.160 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xlvi) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(xlvii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(xlviii) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 19. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
166.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]167.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]168.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
169.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
170.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
171.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
172.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
173.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
174.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
175.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
176.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Monami Construction
Briarhill
Galway
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Sir or Madam,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
contract).
1 of 467
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
cccc) Working with concrete framed buildings.dddd) Working in a sensitive environment taking into considerations the clients
needs.eeee) Engineered alterations to masonry wallingffff) Retro-fit air tightness and Insulation Systems.gggg) Working on a phased basis within the contract.
Additional information
65. The site contains both over ground and underground services (to be protected and in part diverted).
66. Ground conditions do not require any special treatment or ground stabilisation work
67. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
68. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.161 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.162 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.163 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.164 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.165 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.166 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.167 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.168 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.169 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.170 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(xlix) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(l) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(li) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 20. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
177.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]178.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]179.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
180.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
181.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
182.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
183.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
184.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
185.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
186.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
187.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks
PRIVATE AND CONFIDENTIAL
Mr. Dermot Dunne
Dunnes Building Services
Unit 12 Portarlington Ind Est
Botley Lane
Portarlington
Ireland
Pre-Qualification Invitation
Re: Proposed refurbishment of the Convent of Mercy, Tullamore, County Offaly.
Friday, June 23, 2017
Dear Mr. Dermot Dunne,
Please find enclosed a pre-qualification questionnaire for the proposed refurbishment
of the Convent of Mercy, Tullamore, County Offaly. The works are as described as per pages 2
& 3 on the attached questionnaire. All contractors are kindly asked to return the completed
questionnaire and supporting documentation on or before the 7th July 2017 before 2p.m.
The tender will issue to the successful contractors on the 13th August 2017 with an
anticipated start on-site date of the 1st November 2017. The successful contractor as part of his
fee bid will set out a program of works which will be considered when assessing the tender
returns. All documentation can be found on www.bcfarchitects.ie and downloaded in pdf
format.
Please note that:
- The site maybe inspected by arrangement with Niall Culleton at this office.
- Tendering procedures and contract will be in line with best practice of the RIAI and
“Agreement and Schedule of Conditions of Building Contract” (yellow form of
1 of 467
contract).
- Any queries should be raised with Niall Culleton prior to Wednesday 5th July 2017. All
queries raised will be distributed to all contractors.
- The building owner reserves the right to accept any tender from those submitted or to
refuse all.
- All contractors are asked to use job reference 16.14, when submitting documentation
via post or e-mail. Job reference to be used throughout contract.
Please note that this project does not require compliance with the Building Control Register. All
contractors are asked to complete questionnaire as set-out to include BCAR compliance for
purpose of marking system. Should you have any further queries, please feel free to contact
me.
Trusting this meets with your satisfaction
______________
Niall Culleton
Partner in Charge
BCF Architecture and Planning.
______________
Brian Brennan
Director of Architecture
BCF Architecture and Planning.
APPLICATION FORM FOR EXPRESSION OF INTEREST FOR INCLUSION ON TENDER LIST FOR THE REFURBISHMENT AND RELATED SITEWORKS AT THE EXISTING CONVENT OF MERCY, STORE STREET, TULLAMORE, COUNTY OFFALY.
Name of Contractor
Address
Main ContactTelephone NumberFax Numbere-mailContact
This document should be returned in a sealed envelope marked application form for expression of interest for inclusion on tender list for the refurbishment and extension at the Convent of Mercy, Store Street, Tullamore, County Offaly.
To:Mr. Niall CulletonBcf ArchitectsCloncannon Lower,MountmellickCounty LaoisR32K6H9Republic of Ireland
Before 2.00pm on 7th July 2017.
3 of 467
Convent of Mercy – Brief for the Project
Refurbishment of the existing Convent Building at Store Street, Tullamore, County Offaly.
The existing Convent was originally the 4 storey residential building, church and school on the corner of Convent Road and Store Street/ Benburb Street, Tullamore. The site within the contract relates to the 4 storey block on Store Street/ Benburb Street and the 2 storey block on Convent Road. The building was constructed using concrete frame with masonary infill panels and non-structural masonary partition walls.
The main Ingredients of the above Refurbishment and Alteration Works are;
The project will be broken down into three key phases as follows:
Phase 1A – Upper Bedrooms on floors 2 and 3, Independent Living Unit on 2nd Floor and 2 no.
Independent Living Units on the Ground Floor. Bathroom upgrades as called up.
Phase 1B – Alterations to existing kitchen, dining room and cold stores.
Phase2 – Upper Bedrooms on floors 2 and 3, 2 no. Independent Living Units. Bathroom upgrades as
called up.
Above phases will require site enabling works, making good. Common areas and stairwells to be
upgraded.
Phase 1A
1 - The phase 1A element of the works will be to alter and refurbish 20 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, kitchenette and two no. disability bathrooms on the 3rd floor.
17 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 7 no. bedrooms
with toilet facilities, kitchenette, room and 2 no. disability bathrooms on the 2nd floor.
The existing archives room/ meeting room to the first floor with be altered/ refurbished to
accommodate a 1 bedroom with facilities independent living unit to include kitchen and living area.
Existing meeting room to be reduced and archives moved into this area
2 – The phase 1B element of the works will be to alter the existing dining room to include for a new
access door and screen, serving area, general refurbishment of the room.
The kitchen will be completely refurbished with new floor coverings, wall tiles, kitchen units and
cooking facilities. The existing large Aga will be removed/ sold by the Convent of Mercy.
The existing cold room will be refurbished by knocking the central wall, lining and making good.
3 – The Phase 2 element of the works will be to alter and refurbish 15 no. bedroom spaces to provide
for 9 no bedrooms with toilet facilities, three no. disability bathrooms on the 3rd floor. Provide for 2
no. Independent Living units with bedroom, bathroom, kitchen and living room space.
10 No. Bedroom spaces will be altered/ refurbished on the 2nd floor to provide for 10 no. bedrooms
with full toilet facilities on the 2nd floor. The “Ava Maria” Suite was refurbished some years ago but
carpets etc., to be replaced. The bulk of the works on this floor is the provision of shower facilities in
each room and the modification of the current wardrobe spaces. There will be 3 no. disability
bathroom upgrades along with a new prayer room.
4- The Contractor will be responsible for all takedown works required for the project during all phases
of the project. Any Mechanical/ Electrical systems to be de-commissioned to be advised by the
Contractor at the time of the works. Contractor will be responsible for the refurbishment of all
common areas affected by the works.
5 – As part of the enabling works for the contract, the rear access from Benburb Street will be made
available to the Contractor for the duration of the works. There will be demolition required around
the access to the carpark to facilitate construction traffic. The Contractor will be responsible for the
protection where possible of the gardens and reinstatement as necessary.
6 - As part of the on-site works, a program of works may need to include an after-construction hours
fire strategy for the residents.
7 – Window upgrade to the building regarding the rooms identified on plan.
Contractors are being sought with competence in handling innovative technologies and with specific construction experience in;
hhhh) Working with concrete framed buildings.iiii) Working in a sensitive environment taking into considerations the clients needs.jjjj) Engineered alterations to masonry wallingkkkk) Retro-fit air tightness and Insulation Systems.llll) Working on a phased basis within the contract.
Additional information
69. The site contains both over ground and underground services (to be protected and in part diverted).
70. Ground conditions do not require any special treatment or ground stabilisation work
71. On-site parking required for duration of the contract is to the rear of the Convent and requiring an
agreed traffic management and street cleaning plan.
72. Construction outside normal working hours is not permitted
COMPLETING THIS QUESTIONNAIRE
5 of 467
1.171 In order to assist the procuring entity in evaluating the extent to which a candidate meets the qualification criteria, candidates are required to provide all of the information requested in this Qualification Questionnaire.
1.172 Candidates are permitted to add additional lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required.
1.173 The information requested in the Qualification Questionnaire should be submitted in English and where copies of original documents are provided in languages other than English, a com -plete and accurate English translation should be provided or the documents will not be con-sidered during the evaluation process.
1.174 All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial state -ments in which case it is sufficient for the information to remain in its original currency.
1.175 Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account in the assessment process.
1.176 Candidates for qualification may include individuals, partnerships, limited companies, group-ings or any combination of the foregoing with or without legal personality. However, a group-ing if successful will be required to establish legal personality in order to deliver the contract.
1.177 Candidates are reminded that they may rely on the resources of other entities on condition that they can prove that they will have these resources at their disposal when necessary in ac-cordance with Directive 2004/18/EC as transposed into Irish law by Irish Statutory Instrument SI329 of 2006.
1.178 NB. If the application is from a consortium / joint venture please provide the information re-quested below for all parties.
1.179 Candidates are expressly and strictly prohibited from discussing any aspect of their response to the Qualification Questionnaire with other candidates or otherwise exchanging information or colluding in respect of the project. Any candidate who fails to comply with this requirement may be disqualified.
1.180 The evaluation (see of completed questionnaires & requested supporting information) will de-termine a selected list of contractors who will be invited to tender for the project. The selection rules are :
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are suc -cessful in the above evaluation.
QUALIFICATION QUESTIONAIRE
If you plan to sub-contract any part of the work relevant to this project, please ensure that there is a
questionnaire for BOTH the Main Contractor and each of the proposed Domestic Sub-Contractors.
Please state the company whose information is contained in this questionnaire:
Name:
(Please submit a separate questionnaire for EACH Proposed Domestic Sub-Contractor)
A. GENERAL INFORMATION
A1. Company Details
Company NameContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentVAT Registration Nr.Legal Status, if any(Company (Ltd.), Partnership, Sole Trader, etc.)
A2. Domestic Sub-Contractors Does the candidate propose to Sub-Contract any part of the works? Yes / No
If Yes, please complete:
Name of Domestic Sub-Contractors proposed for
Detail of any work element which it is proposed to sub-
Confirm that Appendix A has been completed on behalf of
7 of 467
each work element (Attach Additional Page If Necessary)
contract EACH Domestic Subcontractor
Note: More precise information on the foregoing will be requested at tender stage.
B. FINANCIAL AND INSURANCE
B1. BANKERS REFERENCEPlease provide a current bankers reference
Bank ReferenceTick if Enclosed
Rule: At a minimum your financial reference will name the project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
B2. TURNOVER Please provide details of total annual financial turnover for the past 3 financial years or alternatively, if the date of establishment was more recent, information on turnover available.
Evidence of TurnoverTick if attachedAppendix Number
B2 Minimum Rule: Candidates should provide evidence (by way of audited accounts, a statement
from their auditors or otherwise) that their turnover has exceeded the following figure during the
last financial year.
€3,000,000 per annum for Main Contracting Building Works
€500,000 per annum for Mechanical & Electrical Works
B3. INSURANCES Please provide evidence of current insurance levels in place:
Employers Liability Public Liability Professional Indemnity
Contractors Liability
Evidence attached? /
Appendix No
€ € € €
B3 Minimum Rule: A copy of the current insurance certificates or a letter from their brokers is re-quired.
Note: Invited tenderers will be required to confirm that, if successful, they will secure insurance cover to the levels indicated in the Tender Documents.
B4. PENSION SCHEMES Compliance with membership requirements of the CIF Pension/Sick Pay Scheme, or equivalent
Statement from Operatives’ Pension Scheme
Tick if Enclosed
B4 Minimum Rule: Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement.
9 of 467
2014 2013 2012
Overall Turnover € € €
C. TECHNICAL CAPACITY
C1. ORGANISATION DETAILS
Please provide organisational details, including year of establishment and range of services offered.
Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
C1.1 Organisation Chart
Tick if attachedAppendix Number
C1.2 Human Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please provide details of key personnel, including summary CVs, qualifications (includ-ing safety and health qualifications) and relevant experience of personnel. It is em-phasised that, at this stage, candidates are not being asked to propose the particular personnel for the delivery of the contract – this will be requested at tender stage.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
Name Position in the company
Qualification(please enter full details here, i.e. no acronyms)
Qualifications Awarding Body
CV attached / Appendix No.
PSCS Role
Overall Manpower 2014 2013 2012PermanentManagement: OperativesTechnical DesignersTemporaryManagement: OperativesTechnical Designers
11 of 467
C1.3 Technical Resources Please complete your answer without reference to other documents (i.e. brochures, etc) to facilitate evaluations.Please outline the organisation’s technical resources, plant and equipment. It is em-phasised that, at this stage, candidates are not being asked to propose any particular plant and equipment for the delivery of the contract – this will be requested at tender stage.
Resource – please specify Quantity
C1, C1.1, C1.2 and C1.3 Minimum Rule: Candidates must demonstrate in each case that their organisation potentially has adequate resources to deliver the relevant works.
C2. PREVIOUS EXPERIENCEPlease complete your answer in table format below, without reference to other documents (i.e. brochures, etc) to facilitate evaluations.
Please provide details of all experience on completed and on-going projects, to the satisfaction of the project clients, on both specialist residential refurbishment and new build construction and siteworks, with either Private or Public clients, undertaken in the past 3 years, demonstrating skills, quality, efficiency, experience and reliability.
A. Public Sector Projects:PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
13 of 467
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
B. Private Sector Projects:
PREVIOUS EXPERIENCE
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
PREVIOUS EXPERIENCE
15 of 467
Name of employer representative, if any, for this project.
Project name and type & location Client & Architect’s Name & Contact Details
Tender Value & Final Account Value (€)
Start Date Finish Date
Please indicate the relevance to the proposed new Embassy project
Brief description of the role and services performed by your organisation
Repeat table format above as required on separate sheets.
C2 Minimum Rule: Experience satisfactory to the Employer in all projects, consisting of full main contractor’s duties must be demonstrated including capacity to deliver full compliance with defined contractor duties under BC(A)R SI.9 2014..
C3. Quality Assurance & AwardsPlease describe your internal policy, if any, on quality assurance.
If 3rd party accredited please provide details of:
Date of accreditation
Name of accreditation body
Scope of accreditation
Name of person responsible for quality management
CertificateTick if attached
Additional Awards Delivered by the Applicant on Previous Projects in the Past 5 Years (Please state award received with brief description of the project)
(lii) ……………………………………………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………
(liii) …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
(liv) ………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
C3 Minimum rule: Description of Quality Assurance and awards provided.
17 of 467
D. HEALTH & SAFETY (as part of the provision of the service of Project Supervisor for the Construction Stage)
The Employer views safety as a top priority on all projects and has the following hierarchy of delivery:
1. A safe project for all operatives and visitors.2. A project delivered to the proper quality 3. A project delivered within the allowable budget 21. A project delivered within the allowable time.
Most importantly Safety
D1 Copy of up to date Safety Policy
D2 Copy of up to date Safety Statement
D3 Details of Company Safety Plan for this Project may be requested at a later date (Not to be included at this point)
D4 Details of use of site-specific risk assessments
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
H&S Policy Tick if attached
H&S Statement Tick if attached
Safety Plan for the ProjectTick if attached
D5 Names and qualifications of personnel identified with responsibility for safety and health
D6 Details of any enforcement and other notices (or equivalent) recieved from safety and health authorities
19 of 467
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D7 Experience and proof of competency, if any, in performing the role of Project Supervisor for the Construction Stage (PSCS) on similar projects comparable in size and complexity.
D8 Do you have system for communicating to employees’ information on hazards and pro-tective and preventative measures, for example the Health and Safety Authority’s Safe System of Work Plan
Yes [ ] No [ ]
D9 Do you have procedures in place for working with both Site Safety Representatives and HSA’s representatives.
Yes [ ] No [ ]
Please complete your answer without reference to other documents to facilitate evaluations. If the information is available on your safety statement/management system, please copy relevant text here. (MAXIMUM OF 250 WORDS PERMITTED)
D10 Do you have procedures in place for checking plant & equipment, e.g. scaffolding, lift-ing equipment, excavation inspections and/or audits
Yes [ ] No [ ]
D11 Do you have Safety Management System, e.g. Safe T Cert or equivalent
Yes [ ] No [ ]
D12 Do you have 3rd party accredited Safety Management System,
Yes [ ] No [ ]
If 3rd party accredited please provide evidence.
D13 Details of the number of notifiable accidents and electrical strick (per 100,000 hours worked) reported to the Health and Safety Authority and other relevant authorities for each of the last 5 years
D14 Do you have experience of working and co-ordinating a) the activities of different con-tractors and b) acting as a liaison between the construction phase and the design func-tion,
Yes [ ] No [ ]
D Minimum Rule: Candidates must satisfy the Employer under this Section as a whole. Also, the PSCS must have adequate previous experience in performing this role (or equiva -lent) (D7).
21 of 467
2012 20152013 20162014
Certified H&S Management System
Tick if attached
E DECLARATION OF BONA FIDES
THIS DECLARATION, DULY COMPLETED, MUST BE SUBMITTED BY ALL CANDIDATES
Name of Applicant:
Address:
Please tick Yes or No as appropriate to the following statements relating to the current status of your organisation.
188.The Applicant is bankrupt or is being wound up or its affairs are being administered by the court or has entered into an arrangement with creditors or has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations.
Yes [ ] No [ ]189.The Applicant is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or
administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations.
Yes [ ] No [ ]190.The Applicant, a Director or Partner, has been convicted of an offence concerning his professional conduct by a judge-
ment which has the force of res judicata or been guilty of grave professional misconduct in the course of their busi-ness. Yes [ ] No [ ]
191.The Applicant has not fulfilled its obligations relating to the payment of taxes or social security contributions in Ire-land or any other State in which the tenderer is located. Yes [ ] No [ ]
192.The Applicant, a Director or Partner has been found guilty of fraud. Yes [ ] No [ ]
193.The Applicant, a Director or Partner has been found guilty of money laundering. Yes [ ] No [ ]
194.The Applicant, a Director or Partner has been found guilty of corruption. Yes [ ] No [ ]
195.The Applicant, a Director or Partner has been convicted of being a member of a criminal organisation. Yes [ ] No [ ]
196.The Applicant has been guilty of serious misrepresentation in providing information to a public buying agency. Yes [ ] No [ ]
197.The Applicant has contrived to misrepresent its Health & Safety information, Quality Assurance information, or any other information relevant to this application. Yes [ ] No [ ]
198.The Applicant must fully comply with Section C2. Previous Experience. Yes [ ] No [ ]
THIS FORM MUST BE COMPLETED AND SIGNED BY A DULY AUTHORISED OFFICER OF THE CANDIDATE’S ORGANISATION
I certify that the information provided above is accurate and complete to the best of my knowledge and belief. I under-stand that the provision of inaccurate or misleading information in this declaration may lead to my organisation being ex-cluded from participation in this and future tenders.
SIGNATURE DATE:
NAME TEL:
POSITION FAX:
E Minimum Rule :Candidates Must be compliant
APPENDIX A
QUALIFICATION QUESTIONNAIRE ON BEHALF OF EACH DOMESTIC SUBCONTRACTOR PROPOSED
1. Name of Firm
Name of FirmContact Name & PositionAddressTelephoneFaxEmailWebsiteDate of establishmentCopy of C2 CertificateVAT Registration Nr.Legal Status, if any(e.g. Company (Ltd.), Partnership, Sole Trader, etc.)
2. List of recent similar projects where the domestic subcontractor provided a similar service, and whether previously associated with the Candidate (please describe).
SELECTION CRITERIAQuestionnaires will be evaluated using the following selection criteria, rules and weightings: The evaluation (see of completed questionnaires & requested supporting information) will determine a selected list of con-tractors who will be invited to tender for the project. The selection rules are:
A. Candidates must achieve a minimum of 75% of marks available for selection criteria where a mark is given (e.g. in selection criteria C2 this is a minimum 75% of 40 marks) and must also achieve a Pass in all selection criteria where a Pass or Fail is awarded.
B. A total of 6 candidates only with the highest marks will be selected from those who are successful in the above evaluation.
REF SELECTION CRITERIA MINIMUM RULE / ELIMINATOR Pass/Fail Marks
A2 Subcontractors
The Candidate must answer this question. If in the affirmative, then Appendix A must be completed.All responses must demonstrate adequate previous experience.
Pass / Fail
B1 Bankers Reference
At a minimum your financial reference will name the India House project and will be written specifically for this project by a member of the financial institution at minimum assistant manager level, and will have been dated within the last three months
5marks
B2 Turnover
Candidates should provide evidence (by way of audited accounts, a statement from their auditors or otherwise) that their turnover has exceeded the following figures during the last financial year .
€3,000,000 per annum.(Building Works)€500,000 per annum.(M&E)
Pass / Fail
B3 Insurances A copy of the current insurance certificates or a letter from their brokers is required. 5marks
B4 Pension Scheme Evidence of Membership of an employees’ Pension Scheme will be a Pass/Fail requirement. Pass / Fail
C1 Organisation Details
Candidates must demonstrate in each case that their organ-isation potentially has adequate resources to deliver the rel-evant works.
25marksC1.1 Organisation Chart
C1.2 Human Resources
C1.3 Technical Resources
C2 Previous Experience
Appropriate satisfactory experience in last 3 years of specialist refurbishment projects of similar nature and scale must be demonstrated. 40marks
C3 Quality Assurance Description of quality assurance and awards provided 5marks
D Health and Safety Candidates must satisfy the Employer under this Section as 20marks
a whole (D1 – D14). Also, the PSCS must have adequate previous experience in performing this role (or equivalent) (D15).
E Declaration of Bona Fides Must be compliant Pass/Fail
TOTAL Marks 100 Marks