loading
  • IE Lismore
  • 06.11.2018
  • Ausschreibung
  • (ID 2-318057)

Blackwater Community School


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.11.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Schulen
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Electrical subcontractors (reserved specialist to the main appointed contractor) for electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m2 single storey post primary school building extension, the demolition of a 148 m2 single storey services building, the demolition of a 19,6 m2 boiler house and a 9,5 m2 shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231,5 m2 single storey post primary school extension, the provision of a new 3312,3 m2 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m2 single storey external store and a new 36 m2 covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.
    Leistungsumfang
    Electrical subcontractors (reserved specialist to the main appointed contractor) for electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m2 single storey post primary school building extension, the demolition of a 148 m2 single storey services building, the demolition of a 19,6 m2 boiler house and a 9,5 m2 shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231,5 m2 single storey post primary school extension, the provision of a new 3312,3 m2 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m2 single storey external store and a new 36 m2 covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works. Works will be carried out in a multi-phase contract.
    Adresse des Bauherren IE-Lismore
    TED Dokumenten-Nr. 453516-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Co. Waterford: Electrical installation work

      2018/S 200-453516

      Contract notice

      Works

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Blackwater Community School (Lismore)
      91509E
      Ballyanchor Road
      Co. Waterford
      Lismore
      Ireland
      Contact person: Russell Moffat
      Telephone: +353 214501950
      E-mail: MjEyZmlnZ1lgYDRWaWhgWWZhY1paVWgiV2Nh
      NUTS code: IE052

      Internet address(es):

      Main address: www.butlermoffat.com

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/78329

      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=135986&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=135986&B=ETENDERS_SIMPLE
      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:

      Blackwater Community School

      II.1.2)Main CPV code
      45310000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      Electrical subcontractors (reserved specialist to the main appointed contractor) for electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m2 single storey post primary school building extension, the demolition of a 148 m2 single storey services building, the demolition of a 19,6 m2 boiler house and a 9,5 m2 shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231,5 m2 single storey post primary school extension, the provision of a new 3312,3 m2 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m2 single storey external store and a new 36 m2 covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works.

      II.1.5)Estimated total value
      Value excluding VAT: 1 200 000.00 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
      45214230
      45453100
      51110000
      71314100
      45454100
      II.2.3)Place of performance
      NUTS code: IE052
      Main site or place of performance:

      Blackwater Community School, Ballyanchor Road, Lismore, Co. Waterford.

      II.2.4)Description of the procurement:

      Electrical subcontractors (reserved specialist to the main appointed contractor) for electrical installation for the removal of 2x No. temporary prefabricated structures, the demolition of an existing 410,6 m2 single storey post primary school building extension, the demolition of a 148 m2 single storey services building, the demolition of a 19,6 m2 boiler house and a 9,5 m2 shed within the curtilage of a structure that is recommended for inclusion on the Local Authority’s Record of Protected Structures, the provision of a new 1231,5 m2 single storey post primary school extension, the provision of a new 3312,3 m2 2-storey post primary school extension, and associated new single storey links and new 2-storey link, the provision of a new 49,5 m2 single storey external store and a new 36 m2 covered space, including all new works to the existing 4x No. buildings to be retained, and all associated ancillary developments and associated site works. Works will be carried out in a multi-phase contract.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 200 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 26
      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: 8
      Objective criteria for choosing the limited number of candidates:

      As 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 DoES-QW4 suitability assessment questionnaire and declaration restricted procedure reserved specialists for use with Public Works Contract — CF1.

      A declaration is required to confirm that none of the circumstances specified in Article 57 of Directive 2014/42/EU (and Regulation 57 of SI No. 284 of 2016) or Article 80 of Directive 2014/25/EU (and Regulation 85 of SI No.286 of 2016) apply to the applicant.

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

      As DoES-QW4 suitability assessment questionnaire and declaration restricted procedure reserved specialists for use with Public Works Contract — CF1.

      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
      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: yes
      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: 06/11/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 04/12/2018
      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:

      The envisaged number of operators to be short-listed to tender is as stated at II.2.9 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 at the discretion of the Contracting Authority. All additional works requirements are subject to the restrictions as set out in Article 72 of Directive 2014/24/EC (Regulation 72, SI 284 of 2016).

      The reserved specialist will be subcontracted to the main building contractor under the PWCF1 From Contract

      The project categorisation for assessment of H and 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:

      a) falling from a height;

      b) burial under earthfalls; and

      d) work involving the assembly of dismantling of heavy prefabricated components.

      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 is subject to the requirements of the Freedom of Information Acts, 1997, 2003 and 2014. 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 from the shortlist, the tender documents will be issued electronically.

      1 hard copy of the completed tender package will be available for inspection, during office hours, at the offices of Butler Moffat Architects, Farnham House, 26/27 MacCurtain Street, Cork.

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

      Viewing of these documents will be prior appointment only.

      All tender documents will be issued electronically 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
      R35 Y2N5
      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:
      12/10/2018
    © 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 17.10.2018
Zuletzt aktualisiert 17.10.2018
Wettbewerbs-ID 2-318057 Status Kostenpflichtig
Seitenaufrufe 34