loading
  • IE Blarney
  • 30.10.2018
  • Ausschreibung
  • (ID 2-315216)

RS Electrical — Construction of a new 3-storey Post-primary School Building


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.10.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Gebäudetyp Schulen
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Electrical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Electrical installation for a new 3-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
    The proposed development includes in phases
    (i) the construction of the new school building and associated site works;
    (ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;
    (iii) the removal of all temporary prefabricated buildings on completion of the new school building.
    Leistungsumfang
    Electrical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Electrical installation for a new 3-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.
    The proposed development includes in phases
    (i) the construction of the new school building and associated site works;
    (ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;
    (iii) the removal of all temporary prefabricated buildings on completion of the new school building.
    Adresse des Bauherren IE-Blarney
    TED Dokumenten-Nr. 409244-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Blarney: Electrical installation work

      2018/S 181-409244

      Contract notice

      Works

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Scoil Mhuire Gan Smal (Blarney)
      62090D
      1 Shean Lower
      Blarney
      Co.Cork
      Ireland
      Contact person: Pádraig Sheehan
      Telephone: +353 4385331
      E-mail: MTdiZ19oOWxmYGxbZVprZ15yJ2Je
      NUTS code: IE053

      Internet address(es):

      Main address: www.smgsblarney.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/143209

      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=134824&B=ETENDERS_SIMPLE
      Additional information can be obtained from another address:
      KOBW Architects
      2 Empress Place, Summer Hill
      Cork
      Ireland
      Contact person: Sarah Kelly
      Telephone: +353 214502319
      E-mail: MjE5YE5fTlUbWFJZWWYtWFxPZBtWUg==
      NUTS code: IE053

      Internet address(es):

      Main address: www.kobw.ie

      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Education

      Section II: Object

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

      RS Electrical — Construction of a new 3-storey Post-primary School Building

      Reference number: Scoil Mhuire Gan Smál, RS Elec
      II.1.2)Main CPV code
      45310000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      Electrical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Electrical installation for a new 3-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.

      The proposed development includes in phases

      (i) the construction of the new school building and associated site works;

      (ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;

      (iii) the removal of all temporary prefabricated buildings on completion of the new school building.

      II.1.5)Estimated total value
      Value excluding VAT: 2 375 000.00 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)
      45214200
      45214220
      51110000
      71314100
      II.2.3)Place of performance
      NUTS code: IE053
      Main site or place of performance:

      Scoil Mhuire Gan Smal (Blarney), 1 Shean Lower, Co.Cork

      II.2.4)Description of the procurement:

      Electrical Subcontractors (Reserved Specialists to the Main Appointed Contractor) for Electrical installation for a new 3-storey post-primary school building comprising classrooms, science laboratories, specialist teaching spaces, library, offices, PE hall, changing rooms, fitness suite, general purpose room, special education needs unit, administration rooms, stores, toilets, ancillary spaces, external store, ballcourts, bus set-down areas, surface car parking, boundary walls, fences, vehicular and pedestrian access gates, rerouting of existing overhead ESB lines underground, drainage works, landscaping, signage and all associated site works.

      The proposed development includes in phases

      (i) the construction of the new school building and associated site works;

      (ii) the demolition of the existing part single-storey, part 2-storey school building and ancillary sheds;

      (iii) the removal of all temporary prefabricated buildings on completion of the new school building.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 2 375 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      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:

      Deposits and guarantees required

      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:

      Evidence of Turnover, Public and Employer Liability Insurance, and capacity to obtain performance Bond all as stated in As DoES-QW4 Suitability Assessment Questionnaire and Declaration Restricted Procedure Reserved Specialists for use with Public Works Contract- CF1 (available at www.education.ie or by e-mail to the Contact person listed).

      Average Turnover 1 310 000 EUR.

      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: 30/10/2018
      Local time: 12:00
      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: 4 (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:

      The envisaged number of operators to be short-listed to tender is as stated at IV.1.2 above.

      All applicants having an equal suitability assessment score to the lowest qualifying Candidate will also be deemed to be qualified.

      Candidates will be pre-qualified on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submissions of the apparently successful applicants will be validated prior to completing the short-list.

      Where a candidate having qualified for the short-list withdraws prior to the completion of the Tender Process or is subsequently found to have provided inaccurate information sufficient to justify exclusion (at any stage after the short-list is formed), the competition will proceed with the remaining number of candidates. Applicants who failed to be short-listed will not be subsequently added to the list.

      The contract will be awarded on the basis of most economically advantageous tender.

      The Works requirements may be extended to include additional works of a similar nature including the provision of an additional school (on the same site or sites) at the discretion of the Contracting Authority. All additional Works requirements are subject to the restrictions as set out in Article 31. 4 (a) or Article 31. 4 (b) of Directive 2004/18/EC.

      The Reserved Specialist will be subcontracted to the main building contractor under the PWCF1 Form of Contract.

      The Project categorisation for assessment of H&S competence as Works Contractor and PSCS is Major Type 3.

      The Areas of work involving Particular Risks known to Contracting Authority at this time are: none.

      Expressions of Interest or tender competitions have been or are being conducted separately

      For: none.

      It is a condition precedent to the award of the Contract that the successful Tenderer will provide:

      1) A current tax clearance certificate or in the case of a non-resident Contractor a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.

      2) Evidence showing that they are in compliance with the registered employment agreement (Construction Industry Pensions Assurance and Sick Pay) including death in service.

      The Funding Agency, the Department of Education and Skills are subject to the requirements of the Freedom of Information Acts, 1997 and 2003. If a candidate considers that any of the information supplied in response to this notice is either commercially sensitive or confidential, this should be highlighted and reasons for its sensitivity given. The relevant material will, in response to a request under the Act, be examined in the light of exemptions provided for in the Act.

      Stage 2 Electronic Issue of Tender Documents:

      Where the candidate has qualified for the shortlist, the tender documents will be issued electronically.

      One hard copy of the completed tender package will be available for inspection, during office hours, at the offices of KOBW Architects, 2 Empress Place, Summer Hill, Cork.

      This hard copy will be deemed to be the official tender documents.

      Viewing of these documents will be by prior appointment only.

      A4 and A3 sized Tender Documents will be issued electronically in Word or PDF format. Any larger drawings (A2 or greater) will be issued in PDF format.

      The onus rests on the Tenderer to check the completeness of the documents received by electronic means. Where such documents are incomplete or illegible, the Tenderer must immediately contact the party issuing the documents.

      Tenders must be returned to the Contracting Authority in hard copy as described in the Instruction to Tenderers.

      VI.4)Procedures for review
      VI.4.1)Review body
      Department of Education and Skills
      Portlaoise Road, Tullamore
      Co. Offaly
      Ireland
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      17/09/2018
    © 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 20.09.2018
Zuletzt aktualisiert 20.09.2018
Wettbewerbs-ID 2-315216 Status Kostenpflichtig
Seitenaufrufe 31