Contract notice

Information

Published

Date of dispatch of this notice: 14/08/2014

Expire date: 17/09/2014

External Reference: 2014-471806

TED Reference: 2014/S 157-281964

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Cork City Council
N/A
City Hall
Co.Cork  Cork
IE
For the attention of: John McGarry
Telephone: +353 214966222
E-mail: john_mcgarry@external.corkcity.ie
Fax: +353 214314238
Internet address(es):
General address of the contracting authority: http://www.corkcity.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/250
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=78749&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=78749&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Cork City Council
Reception Desk, New Civic Offices, City Hall, Anglesea Street
Cork City
IE
Contact point(s): Reception Desk
For the attention of: John McGarry
E-mail: john_mcgarry@external.corkcity.ie
Internet address:
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Applications for Public Funding for the development of a Multifunctional Event Centre in Cork City

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
    Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
    Main site or location of works, place of delivery or of performance:

    Cork City

    NUTS code
    IE025
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The development of a multifunctional venue of scale has been an objective of Cork City Council (the “Council”) since the 1990’s. The existence of market failure has meant that without some level of public funding or subvention, potential investors would not proceed with the development of such a venue. In recognition of this the Irish Government has made up to €10 million available as part of the public sector support for this project and the Council will make further funding up to €4m available as a non repayable grant with any additional funding sought over this to be repayable on terms / timeframe as proposed by tenders at tender stage where agreeable to the Council having regard to the Council’s budget. The Event Centre must be capable of accommodating a range of events including concerts, festivals, family entertainment, cultural, sport, exhibitions, conferences and trade shows. On this basis, a PwC led team has been appointed to run a competitive process for public funding to part fund the construction of a multifunctional large scale Event Centre in Cork City (the “Project”). The award of the Project is subject to the availability of sufficient funding to the Developer (as herein defined) to meet the Project’s requirements.

    Initially a Competitive Dialogue procedure was undertaken however a contract was not awarded under that procedure and the Project is now subject to a Competitive Negotiated Procedure. The Project’s funding requirements will be determined during this public procurement procedure. A Competitive Negotiated Procedure is being adopted to ensure that any initial tenders submitted are adapted to make provision for the delivery of the Project in a manner best suited to the Councils’ needs. Fundamental to the granting of any funding is that potential developers can demonstrate that they have the capacity to deliver an operating multi-functional event centre within a prescribed timeframe and within the budget as outlined in their proposal. Equally the capability to execute to the construction plans and deliver to the requirements will need to be clearly shown while also demonstrating the sustainability of the operation of the Event Centre over the long term.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    92000000   Recreational, cultural and sporting services
    Supplementary vocabulary
    45212000   Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
    45212170   Entertainment building construction work
    71300000   Engineering services
    71500000   Construction-related services
    71540000   Construction management services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    €10m of Government funding has been committed to this project however the expected value of the works associated with the development of the Centre is in the range of €25 to €40 million. Cork City Council will make further funding up to €4m available as a non repayable grant with any additional funding sought over this to be repayable on terms / timeframe as proposed by tenders at tender stage where agreeable to the Council having regard to the Council’s budget

    Estimated cost excluding VAT: 10000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 021 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Parent Company guarantees will be required if applicant is reliant on parent. Aplicant will be required to ensure a performance bond is put in place by the Construction Entity

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Appropriate security will be required to secure the public funds

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping if successful must be prepared to contract through a single entity with members having joint and several liability

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Any perferred bidder will need to submit confirmations that the required funding has been secured including third party funding. Any perferred bidder will need to submit evidence that they have full title to, control over or are a licensee over the site being proposed for the development of a multifunctional Event Centre and that the Centre will operate to a satisfactory level.

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    A requirement to make a declaration as to the personal situation of the economic operators in compliance with Articule 45 of the EU Directive 2004-18-EC is included in the Suitability Assessment Questionnaire

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see Suitability Assessment Questionnaire attached to this notice

    Minimum level(s) of standards possibly required:

    Please see Suitability Assessment Questionnaire attached to this notice

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see Suitability Assessment Questionnaire attached to this notice

    Minimum level(s) of standards possibly required:

    Please see Suitability Assessment Questionnaire attached to this notice

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged minimum number  3  and  maximum number  5
    Objective criteria for choosing the limited number of candidates: 

    Please see Suitability Assessment Questionnaire attached to this notice

    IV.1.3)

    Reduction of the number of operators during the negotiation or dialogue

    Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  yes
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    EC02

    IV.3.2)

    Previous publication(s) concerning the same contract

    Other previous publications
    Notice number in the OJEU: 2010/S 812-570000  of 10.01.2014
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    17.09.2014 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    22.09.2014
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Four Courts
    Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The contracting authority will not conclude a reviewable public contract to which a standstill period applies in accordance with Irish Statutory Instrument SI130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calender days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at the risk of being harmed by an infringement of the law in relation to that reviewable public contract.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained