Contract notice

Information

Published

Date of dispatch of this notice: 05/03/2015

Expire date: 08/04/2015

External Reference: 2015-322922

TED Reference: 2015/S 048-083632

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

University of Limerick
N/A
Limerick
Limerick
IE
Contact point(s): Building & Estates Department
For the attention of: Robert Reidy
Telephone: +353 061213422
E-mail: robert.reidy@ul.ie
Fax: +353 061330316
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: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
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:

University of Limerick Student Residents Refurbishment

II.1.2)

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

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    University of Limerick

    NUTS code
    IRELAND
    II.1.3)

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

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 7
    Duration of the framework agreement
    Duration in years: 4
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  6000000  and 8000000  EUR
    Frequency and value of the contracts to be awarded:

    Contracts will be awarded to suit the Refurbishment Programme, the works for which will be carried out on a phased basis during the summers of 2015, 2016, 2017 and 2018. Value of contracts to be awarded not known.

    II.1.5)

    Short description of the contract or purchase(s)

    The University of Limerick and Plassey Campus Centre now wish to establish a Multiple Operator Framework Agreement for main contractors for the Refurbishment Programme for Student Residences at University of Limerick.

    The establishment of the Multiple Operator Framework Agreement for main contractors will be a single stage process and will be on the basis of the applications submitted in response to this Notice. It is anticipated that the a minimum of five (5) and a maximum of seven (7) main contractors will be appointed to the Framework Agreement provided there are a sufficient number of qualified Applicants available.

    II.1.6)

    Common procurement vocabulary (CPV)

    45000000   Construction work
    45210000   Building construction work
    45214400   Construction work for university buildings
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    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:

    Please refer to the Project Information Memorandum for further details regarding the scope of the works.

    Estimated cost excluding VAT
    Range: between  6000000  and 8000000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Provisional timetable for recourse to these options

    Number of possible renewals

    In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

    Provisional timetable for recourse to these options:
    in months: 36 (from the award of the contract)
    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: 036 (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:

    The successful tenderers must provide a bond, issued by an approved bank or insurance company, in the sum of 10% of the Contract price for the due performance of the contract.

    Subcontractor/specialists appointed by the successful tenderer may be required to enter into a collateral agreement with the Authority and provide a bond on this collateral agreement, issued by an approved bank or insurance company in the sum of 10% of the subcontract price.

    Other insurance will be required in accordance with the conditions of contract. The successful tenderer and/or its sub-contractors/specialists may be required to enter into a collateral agreement with any entity providing funds for the project.

    III.1.2)

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

    In accordance with the public works contract for Building Works designed by the Employer to be entered into with the successful tenderer

    III.1.3)

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

    Requests to participate may be submitted by a single candidate or by a consortium. A consortium will not be required to convert into a specific legal form in order to submit a request to participate, but may be required to do so prior to award of the contract if the Authority considers it necessary to ensure that the contract is carried out to its satisfaction. The Authority also reserves the right to contract with each member of the consortium on the basis of joint and several liability, or with one member of the consortium as a main contractor with a number of sub-contractors, or on any other basis the Authority considers appropriate

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

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

    Envisaged minimum number  5  and  maximum number  7
    Objective criteria for choosing the limited number of candidates: 

    Please see the Suitability Assessment Questionnaire and the Project Information Memorandum (all available to download from www.etenders.gov.ie or https://irl.eu-supply.com.

    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

    UL0354

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 08.04.2015 - 11:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    08.04.2015 - 12:00
    IV.3.6)

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

    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.3)

    Additional information:

    (a) The Authority is subject to the Freedom of Information Acts 1997 and 2003. The Candidate shall state if any of the information supplied by it in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the aforementioned Acts. The Candidate shall state why it considers the information to be confidential or commercially sensitive. The Authority will consult with any Candidate / Tenderer about sensitive information before making a decision on any Freedom of Information request received.

    (b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.

    (c) All costs incurred by candidates in preparing submissions must be borne by them. The contracting authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.

    (d) The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.

    (e) Candidates should note that this is a single stage selection process with the successful candidates from this process admitted to the Framework.

    (f) Applicants should be aware that each project will be executed using the Public Works Contract for Building Works designed by the Employer

    (g) All times set out in this contract notice are in local Irish time.

    (h) All monetary amounts shall be quoted in Euro.

    (i) For further information on the procedures governing the competition, candidates’ attention is drawn to the Suitability Assessment Questionnaire and Project Information Memorandum.

    (j) Candidates must register their interest on the etenders website (www.e-tenders.gov.ie) in order to be included on the mailing list for correspondence in relation to the competition. Documents are available on line at www.e-tenders.gov.ie or https://irl.eu-supply.com.

    (k) The Authority accepts no liability for any costs and/or expenses incurred by any Candidate/Tenderer in connection with the competition (including the application and/or attendance interview, if required).

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court of Ireland
    High court Central Office, Four Courts, Inns Quay
    Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Contained in Regulation 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI No. 130 of 2010)

    VI.4.3)

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

    The High Court of Ireland
    High court Central Office, Four Courts, Inns Quay
    Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie