Contract notice

Information

Published

Date of dispatch of this notice: 24/02/2016

Expire date: 01/04/2016

External Reference: 2016-565053

TED Reference: 2016/S 040-064606

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Port of Cork Company
N/A
Harbour Office
Custom House Street  Cork
IE
For the attention of: MARGUERITE O CONNOR
Telephone: +353 0214625383
E-mail: moconnor@portofcork.ie
Internet address(es):
General address of the contracting authority: http://www.portofcork.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/350
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96864&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96864&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: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Other: Port
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:

Ringaskiddy Port Re-development Project

II.1.2)

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

Works
      Main site or location of works, place of delivery or of performance:

      Cork

      NUTS code
      IRELAND
      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 proposed works comprise the construction of the marine and civil engineering

      infrastructure elements for a new container terminal and multi-purpose berth at

      Ringaskiddy Port, Cork.

      Key elements may include;

      • Quay wall structures including marine piling

      • Dredging in overburden and rock to a depth of -13.0 m Chart Datum

      CD);

      • Reclamation and shore protection

      • Quay deck surfacing and quayside crane foundations including piling

      • Heavy duty surfacing of existing port lands for use as operational

      container handling areas;

      • Site services including electrical supply, drainage, waste water and high

      mast lighting

      • Maintenance building, customs inspection buildings, administrative

      buildings and entrance kiosks with associated parking and services.

      • Improvements to the external road junction at the entrance to

      Ringaskiddy Port

      • Road construction and improvement works within the port area

      The works may also include the construction of a new public pier, slipway and

      boarding platform with associated parking areas, landscaping and services”.

      All of the above elements are approximate only and may be reduced or added to by the Contracting Authority.

      Further details are contained in the Information Memorandum attached to this

      notice on the Irish Government procurement website (www.etenders.gov.ie)

      II.1.6)

      Common procurement vocabulary (CPV)

      Main vocabulary
      45244000   Marine construction works
      Supplementary vocabulary
      34516000   Marine fenders
      34913300   Fenders
      43312300   Paving machinery
      43325100   Grounds-maintenance equipment
      44113100   Paving materials
      44113120   Paving slabs
      44113130   Paving stones
      45000000   Construction work
      45100000   Site preparation work
      45111220   Scrub-removal work
      45111230   Ground-stabilisation work
      45111240   Ground-drainage work
      45111250   Ground investigation work
      45112300   Infill and land-reclamation work
      45112320   Land-reclamation work
      45200000   Works for complete or part construction and civil engineering work
      45213250   Construction work for industrial buildings
      45213353   Installation works of passenger boarding bridges
      45222000   Construction work for engineering works except bridges, tunnels, shafts and subways
      45233222   Paving and asphalting works
      45240000   Construction work for water projects
      45241000   Harbour construction works
      45241100   Quay construction work
      45241300   Pier construction work
      45241600   Installation of port lighting equipment
      45243000   Coastal-defence works
      45243200   Breakwater construction work
      45243300   Sea wall construction work
      45243600   Quay wall construction work
      45252124   Dredging and pumping works
      45432112   Laying of paving
      71322000   Engineering design services for the construction of civil engineering works
      71351500   Ground investigation services
      71500000   Construction-related services
      77314000   Grounds maintenance services
      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:  yes
      II.2)

      Quantity or scope of the contract

      II.2.1)

      Total quantity or scope:

      Estimated cost excluding VAT: 45000000  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: 024 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)

      Conditions relating to the contract

      III.1.3)

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

      Applicants are not required to covert into a specific legal form in order to submit a Pre-Qualification Submission but the successful Tenderer may be required to do so prior to entering into any contract, which may be awarded. Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie)

      III.1.4)

      Other particular conditions

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

      Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie), and will be contained in the Invitation to Negotiate to be issued to shortlisted Applicants

      III.2.2)

      Economic and financial ability

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

      Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie), and will be contained in the Invitation to Negotiate to be issued to shortlisted Applicants

      Minimum level(s) of standards possibly required:

      Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie), and will be contained in the Invitation to Negotiate to be issued to shortlisted Applicants

      III.2.3)

      Technical capacity

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

      Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie), and will be contained in the Invitation to Negotiate to be issued to shortlisted Applicants

      Minimum level(s) of standards possibly required:

      Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie), and will be contained in the Invitation to Negotiate to be issued to shortlisted Applicants

      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

      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 number of operators:  4
      Objective criteria for choosing the limited number of candidates: 

      Objective criteria for shortlisting applicants will be based on a competitive evaluation of the Pre-Qualification Submissions received. Further details are contained in the Information Memorandum attached to this notice on the Irish Government website (www.etenders.gov.ie)

      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:  no
      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

      Ringaskiddy Port Re-Development Project

      IV.3.2)

      Previous publication(s) concerning the same contract

      no
      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

      23.03.2016 - 17:00
      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: yes
      Reference to project(s) and/or programme(s):

      Partial Funding from CEF

      VI.3)

      Additional information:

      To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest in this tender.

      VI.4)

      Procedures for appeal

      VI.4.1)

      Body responsible for appeal procedures

      High Court of Ireland
      High Court Central Office, Four Courts, Inns Quay
      7  Dublin
      IE
      Telephone: +353 18886000
      E-mail: highcourtcentraloffice@courts.ie
      Fax: +353 18886125
      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:
      VI.4.3)

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

      Central Office of the High Court
      Four Courts Ground Floor (East Wing), Inns Quay,
      7  Dublin
      IE
      Telephone: +353 18886000
      E-mail: highcourtcentraloffice@courts.ie
      Fax: +353 18886125
      Internet address: http://www.courts.ie