loading
  • IE Galway
  • 13.07.2018
  • Ausschreibung
  • (ID 2-305331)

Single Point Technical Advisory Team (Architectural Led) and Clerk of Works Services for NUI Galway Student Accommodation Phase 2


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.07.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleitung, Objektüberwachung / Kontrolle, Monitoring
    Sprache Englisch
    Baukosten 500.000 EUR zzgl. USt.
    Aufgabe
    This Project represents Phase 2 of a substantial initiative by NUI Galway to develop a commercially viable, modern, appealing and environmentally friendly 470 bed student accommodation on campus. The accommodation will be delivered on a phased basis with the first phase required for immediate fitout on 1.12.2020 to allow for adequate setup in advance of the start of the second semester in January 2021. The second phase will be required for immediate fitout on the 1st April to allow for adequate setup in advance of the summer letting season in May 2021. The proposed development will be located (subject to successful receipt of planning) on a green field site north of the existing Corrib village student accommodation (between the Bioscience Research Building and the Park and Ride facility).
    Leistungsumfang
    This Project represents Phase 2 of a substantial initiative by NUI Galway to develop a commercially viable, modern, appealing and environmentally friendly 470 bed student accommodation on campus. The accommodation will be delivered on a phased basis with the first phase required for immediate fitout on 1.12.2020 to allow for adequate setup in advance of the start of the second semester in January 2021. The second phase will be required for immediate fitout on the 1st April to allow for adequate setup in advance of the summer letting season in May 2021. The proposed development will be located (subject to successful receipt of planning) on a green field site north of the existing Corrib village student accommodation (between the Bioscience research building and the Park and ride facility).
    The Single point technical advisory team will be responsible for ensuring compliance with the works requirements by the Design and Build Contractor via reviewable design data, samples and regular on site inspections of the works to identify and report on any non conforming products, materials and workmanship.
    The SPTAT also includes for the provision of a full-time site based Clerk of works. The Clerk of works role will be to primarily represent the interests of the University in regard to ensuring that the quality of both materials and workmanship are in accordance with architects/engineers drawings and specifications.
    The Clerk of works will be employed by the SPTAT Lead architect and will insure value for money for the client is achieved through inspections of materials and workmanship throughout the building process.
    Adresse des Bauherren IE-Galway
    TED Dokumenten-Nr. 257326-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Galway: Architectural, construction, engineering and inspection services

      2018/S 113-257326

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      National University of Ireland, Galway (NUI Galway)
      N/A
      University Road
      Galway
      Ireland
      Contact person: Eithne O'Connell
      Telephone: +353 91495664
      E-mail: MjEwW19qXmRbJGVZZWRkW2JiNmRrX11XYm1XbyRfWw==
      NUTS code: IE

      Internet address(es):

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

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/414

      I.2)Information about 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=130678&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

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

      Single Point Technical Advisory Team (Architectural Led) and Clerk of Works Services for NUI Galway Student Accommodation Phase 2

      Reference number: NUIG/BUILD/034/2018
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      This Project represents Phase 2 of a substantial initiative by NUI Galway to develop a commercially viable, modern, appealing and environmentally friendly 470 bed student accommodation on campus. The accommodation will be delivered on a phased basis with the first phase required for immediate fitout on 1.12.2020 to allow for adequate setup in advance of the start of the second semester in January 2021. The second phase will be required for immediate fitout on the 1st April to allow for adequate setup in advance of the summer letting season in May 2021. The proposed development will be located (subject to successful receipt of planning) on a green field site north of the existing Corrib village student accommodation (between the Bioscience Research Building and the Park and Ride facility).

      II.1.5)Estimated total value
      Value excluding VAT: 500 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71210000
      71318000
      71520000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

      National University of Ireland, Galway.

      II.2.4)Description of the procurement:

      This Project represents Phase 2 of a substantial initiative by NUI Galway to develop a commercially viable, modern, appealing and environmentally friendly 470 bed student accommodation on campus. The accommodation will be delivered on a phased basis with the first phase required for immediate fitout on 1.12.2020 to allow for adequate setup in advance of the start of the second semester in January 2021. The second phase will be required for immediate fitout on the 1st April to allow for adequate setup in advance of the summer letting season in May 2021. The proposed development will be located (subject to successful receipt of planning) on a green field site north of the existing Corrib village student accommodation (between the Bioscience research building and the Park and ride facility).

      The Single point technical advisory team will be responsible for ensuring compliance with the works requirements by the Design and Build Contractor via reviewable design data, samples and regular on site inspections of the works to identify and report on any non conforming products, materials and workmanship.

      The SPTAT also includes for the provision of a full-time site based Clerk of works. The Clerk of works role will be to primarily represent the interests of the University in regard to ensuring that the quality of both materials and workmanship are in accordance with architects/engineers drawings and specifications.

      The Clerk of works will be employed by the SPTAT Lead architect and will insure value for money for the client is achieved through inspections of materials and workmanship throughout the building process.

      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: 500 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 44
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      Criteria is as set out in the Suitability assessment questionnaire.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

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

      As set out in the Suitability assessment questionnaire.

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      As set out in the Suitability assessment questionnaire.

      Minimum level(s) of standards possibly required:

      As set out in the Suitability assessment questionnaire.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      As set out in the Suitability assessment questionnaire.

      Minimum level(s) of standards possibly required:

      As set out in the Suitability assessment questionnaire.

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

      These will be set out in the Invitation to tender documents as part of the next stage.

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 13/07/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 03/08/2018
      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
      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:
      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of Ireland
      High Court Central Ofifce, Four Courts Inns Quay
      Dublin 7
      Ireland
      Telephone: +353 18886125
      E-mail: MTZiY2FiXWlvbG5tXV9obmxbZmlgYGNdXzpdaW9sbm0oY18=

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

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/06/2018
    © 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 15.06.2018
Zuletzt aktualisiert 15.06.2018
Wettbewerbs-ID 2-305331 Status Kostenpflichtig
Seitenaufrufe 38