loading
  • IE-24 Dublin
  • 16.06.2017
  • Ausschreibung
  • (ID 2-263377)

Contract for the Design and Delivery of a Sustainable Integrated Mixed Tenure Housing Development at Kilcarbery, Dublin 22


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.06.2017, 16:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 4 - max. 4
    Gebäudetyp Städtebauliche Projekte / Wohnungsbau
    Art der Leistung Stadt-/ Gebietsplanung / Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    The project is for the development of a site at Kilcarbery, Dublin 22 for a sustainable, mixed tenure housing development in accordance with the Kilcarbery Grange Preliminary Masterplan (‘Masterplan’), the South Dublin County Council Development Plan 2016-2022, Rebuilding Ireland, an Action Plan for Housing and Homelessness and planning legislation. The development site has an estimated capacity for 892 units (subject to planning permission), with the exact number to be explored during the dialogue stage. The required tenure mix is anticipated to be 30 % social housing units to be sold to the Council and 70 % private residential housing units. The Council is seeking to identify an economic operator that has all of the right skills and is considered most capable of working in collaboration with the Council, to identify the optimal solution for the development site in accordance with the Masterplan and the Council's requirements and to deliver it as efficiently as possible.
    Leistungsumfang
    The project is for the development of a site at Kilcarbery, Dublin 22 for a sustainable, mixed tenure housing development in accordance with the Kilcarbery Grange Preliminary Masterplan (‘Masterplan’), the South Dublin County Council Development Plan 2016-2022, the plan entitled Rebuilding Ireland, an Action Plan for Housing and Homelessness by the Department of Housing, Planning, Community and Local Government and Planning legislation. It is envisaged that the delivery timeframe for the project will be within five years from the grant of planning permission with potential extension(s) of up to 5 years. It will be the responsibility of the successful economic operator to obtain planning permission for the project.
    The economic operator must include the following subcontractors within its team, all of whom will be assessed at PQQ stage:
    1. Construction Contractor
    2. Architect
    3. Civil and Structural Engineer
    4. Mechanical and Electrical Engineer
    5. Quantity Surveyor
    6. Landscape Architect
    7. Planning and Environmental Consultant
    The successful economic operator will be required to deliver all supporting infrastructure within the development site including a road junction at the outer ring road, a spine road through he development site and a pumping station and a rising main as set out in further detail in procurement documents.
    Adresse des Bauherren IE-24 Dublin
    TED Dokumenten-Nr. 155595-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Multi-functional buildings construction work

      2017/S 081-155595

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      South Dublin County Council
      N/A
      County Hall, Tallaght
      Dublin
      24
      Ireland
      Contact person: Senior Executive Officer
      Telephone: +353 14149320
      E-mail: MjIwYFFaUFFeXyxfUGFOWFVaT1tPWxpVUQ==
      NUTS code: IE021

      Internet address(es):

      Main address: http://www.sdcc.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/277

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=111553&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=111553&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Contract for the Design and Delivery of a Sustainable Integrated Mixed Tenure Housing Development at Kilcarbery, Dublin 22.

       

      Reference number: 1618
      II.1.2)Main CPV code
      45211350
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The project is for the development of a site at Kilcarbery, Dublin 22 for a sustainable, mixed tenure housing development in accordance with the Kilcarbery Grange Preliminary Masterplan (‘Masterplan’), the South Dublin County Council Development Plan 2016-2022, Rebuilding Ireland, an Action Plan for Housing and Homelessness and planning legislation. The development site has an estimated capacity for 892 units (subject to planning permission), with the exact number to be explored during the dialogue stage. The required tenure mix is anticipated to be 30 % social housing units to be sold to the Council and 70 % private residential housing units. The Council is seeking to identify an economic operator that has all of the right skills and is considered most capable of working in collaboration with the Council, to identify the optimal solution for the development site in accordance with the Masterplan and the Council's requirements and to deliver it as efficiently as possible.

       

      II.1.5)Estimated total value
      Value excluding VAT: 230 000 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      45000000
      45210000
      45211000
      45211100
      45211300
      45211340
      45211360
      71000000
      71311000
      71312000
      71324000
      71334000
      71400000
      79993100
      90712100
      II.2.3)Place of performance
      NUTS code: IE021
      Main site or place of performance:

       

      Kilcarbery, Dublin 22.

       

      II.2.4)Description of the procurement:

       

      The project is for the development of a site at Kilcarbery, Dublin 22 for a sustainable, mixed tenure housing development in accordance with the Kilcarbery Grange Preliminary Masterplan (‘Masterplan’), the South Dublin County Council Development Plan 2016-2022, the plan entitled Rebuilding Ireland, an Action Plan for Housing and Homelessness by the Department of Housing, Planning, Community and Local Government and Planning legislation. It is envisaged that the delivery timeframe for the project will be within five years from the grant of planning permission with potential extension(s) of up to 5 years. It will be the responsibility of the successful economic operator to obtain planning permission for the project.

      The economic operator must include the following subcontractors within its team, all of whom will be assessed at PQQ stage:

      1. Construction Contractor

      2. Architect

      3. Civil and Structural Engineer

      4. Mechanical and Electrical Engineer

      5. Quantity Surveyor

      6. Landscape Architect

      7. Planning and Environmental Consultant

      The successful economic operator will be required to deliver all supporting infrastructure within the development site including a road junction at the outer ring road, a spine road through he development site and a pumping station and a rising main as set out in further detail in procurement documents.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 230 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: yes
      Description of renewals:

       

      The duration of the development agreement will be 5 years from the grant of planning permission with an option for the Council to extend the development agreement for up to 2 1-year periods for economically justifiable reasons and for up to 3 further 1-year periods, if required, subject to satisfactory annual performance.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 4
      Objective criteria for choosing the limited number of candidates:

       

      As set out in procurement documents.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The duration of the development agreement will be 5 years from the grant of planning permission with an option for the Council to extend the development agreement for up to 2 1-year periods for economically justifiable reasons and for up to 3 further 1- year periods, if required, subject to satisfactory annual review of performance.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Four (4) hard copies and 1 soft copy of the PQQ Submission must be submitted. Also, the tender must be submitted on-line via the electronic mailbox on www.etenders.gov.ie. Hard copies must be delivered by hand or post in a sealed envelope using the tender submission label. Economic Operators must submit their PQQ Submissions by 16.6.2017 at 16:00 (Irish time) (‘PQQ Submission Deadline’).

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Subcontractors must confirm that they hold the following accreditations/registrations:

      Construction Contractor — Registered with the Construction Industry Federation and Construction Industry,

      Register of Ireland (CIRI) or a member of the Construction Employers Federation NI (or equivalent),

      Architect — Listed on the Register of Architects of the Royal Institute of the Architects of Ireland or a Member of the Royal Institute of British Architects (or equivalent),

      Civil and Structural Engineer — Listed on the Register of Engineers of Engineers Ireland or registered with the Engineering Council UK (or equivalent),

      Quantity Surveyor — Listed on the Register of the Society of Chartered Surveyors Ireland or accredited by the Royal Institution of Chartered Surveyors (or equivalent),

      Landscape Architect — Member of the Irish Landscape Institute or a Chartered Member of the UK Landscape Institute (or equivalent),

      Mechanical and Electrical Engineer — Member of the Chartered Institute of Building Services Engineers or registered with the Engineering Council UK (or equivalent),

      Planning and Environmental Consultant — Registered as a member of the Irish Planning Institute or the Royal Town Planning Institute (or equivalent).

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      The development agreement will be subject to performance reviews and will incorporate social employment clauses.

      All team members will be required to provide a current and valid tax clearance certificate prior to contract award.

      All team members will be required to provide proof of evidence of insurances as set out in the procurement documents prior to contract award.

      The successful economic operator must provide a development bond in accordance with the procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2016/S 246-449010
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 16/06/2017
      Local time: 16:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      It is difficult for the Council to estimate the value of this potential opportunity. Therefore the value provided at section II.1.5) is an estimate only and the value of the contract awarded may vary significantly from this estimate.

      Economic operators should be aware that up to the point that the development agreement becomes unconditional, all costs are the economic operator's and the Council will not reimburse any costs incurred prior to this stage.

      The Council shall not be responsible for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.

      All dates and time periods specified in this notice are provisional only and the Council reserves the right to change these.

      The Council reserves the right to cancel this procurement at any stage.

      All discussion and correspondence shall be deemed strictly subject to contract until the contract is entered into.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      Ireland
      Telephone: +35 318886000
      E-mail: MjIwVFVTVE9bYV5gT1FaYF5NWFtSUlVPUSxPW2FeYF8aVVE=

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Precise information on deadline(s) for review procedures:

      In accordance with the European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 and the European Communities (Public Authorities' Contracts) (Review Procedures) (Amendment) Regulations 2015.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/04/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.04.2017
Zuletzt aktualisiert 26.04.2017
Wettbewerbs-ID 2-263377 Status Kostenpflichtig
Seitenaufrufe 62