Contract notice

Information

Published

Date of dispatch of this notice: 24/03/2016

Expire date: 11/05/2016

External Reference: 2016-844491

TED Reference: 2016/S 061-102866

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)

Curragh Racecourse Ltd
N/A
The Curragh, Co. Kildare
Co. Kildare  The Curragh
IE
For the attention of: Gerard Heffernan
Telephone: +353 045455635
E-mail: gerardheffernan@hri.ie
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:
Curragh Racecourse Redevelopment Project
c/o Horse Racing Ireland, Ballymany
Co. Kildare
IE
For the attention of: Gerard Heffernan
Telephone: +353 045455635
E-mail: gerardheffernan@hri.ie
Internet address:
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Recreation, culture and religion
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:

Curragh Racecourse Redevelopment (Contract Phase 1): Contract for the Enabling Works Package

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:

      The Curragh

      NUTS code
      Midland
      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)

      Contract Phase 1: Enabling Works

      The enabling works contract involves the demolition of the existing east and west

      grandstand, the Turf Club Rooms incorporating the weigh room, existing areas of

      hard landscaping, sections of perimeter walls, removal and disposal of asbestos,

      termination and diversion of services, installation of new services such as surface

      water and wastewater infrastructure within the main site, felling of a select

      number of trees and tree protection.

      A specialist requirement under the enabling works contract is for a conservation

      contractor to dismantle, store and reconstruct the Queen‘s Room and adjoining

      conservation elements. The reconstruction of the Queen‘s Room in a new

      location on the site is proposed to commence in October 2018. Applicants must

      propose a suitable works specialist and submit a QW3 questionnaire in relation

      to this area of the contract.

      Applicants should note that whilst the works will take place during the off-season

      for racing, the gallops will remain operational throughout the enabling works

      phase of the project with the racecourse remaining operational during the

      construction phase of the project. A portion of the site will remain live during the

      enabling works.

      A more detailed description of the works is provided in the documentation

      attached to this notice.

      II.1.6)

      Common procurement vocabulary (CPV)

      Main vocabulary
      45111000   Demolition, site preparation and clearance work
      Supplementary vocabulary
      45000000   Construction work
      45100000   Site preparation work
      45110000   Building demolition and wrecking work and earthmoving work
      45111100   Demolition work
      45111200   Site preparation and clearance work
      45111290   Primary works for services
      45111300   Dismantling works
      45262660   Asbestos-removal work
      45310000   Electrical installation work
      45317200   Electrical installation work of transformers
      45317300   Electrical installation work of electrical distribution apparatus
      45454100   Restoration work
      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:

      Contract Phase 1: Enabling Works

      The enabling works contract involves the demolition of the existing east and west grandstand, the Turf Club Rooms incorporating the weigh room, existing areas of hard landscaping, sections of perimeter walls, removal and disposal of asbestos, termination and diversion of services, installation of new services such as surface water and wastewater infrastructure within the main site, felling of a select number of trees and tree protection.

      As part of the enabling works, the grandstand MV transformer will be decommissioned and existing generator relocated to a suitable location for re-use.

      It is intended to maintain power to the Administration Building during the enabling works. A new power supply will be sourced from an existing pole mounted transformer (200KVA). A dedicated new electrical distribution centre (DC) to serve the Temporary Facilities shall be provided for within a stand alone IP rated enclosure. This DC enclosure will be provided under the enabling works contract. It is noted that the predicted electrical demand for the temporary facilities is 600KVA.

      A new electrical supply will be provided by ESBN via a temporary Unit SS (630KVA) located adjacent to the Administration Building. It is noted that the existing generator (850KVA) will provide power to the Temporary Facilities DC in the event of utility power outage.

      The contractor shall liaise with Gas Networks Ireland to co-ordinate proposed gas diversion works as part of the contract.

      The contractor will also be required to complete site and surface preparation, installation of services (i.e. power, drainage and water) for the provision of temporary facilities for the 2017/2018 racing season.

      Temporary telecoms/ICT shall be provided for AV and ICT broadcasting. A dedicated IP enclosure shall be provided with associated cabling infrastructure to accommodate this hub.

      A specialist requirement under the enabling works contract is for a conservation contractor to dismantle, store and reconstruct the Queen‘s Room and adjoining conservation elements. The reconstruction of the Queen‘s Room in a new location on the site is proposed to commence in October 2018. Applicants must propose a suitable works specialist and submit a QW3 questionnaire in relation to this area of the contract.

      Applicants should note that whilst the works will take place during the off-season for racing, the gallops will remain operational throughout the enabling works phase of the project with the racecourse remaining operational during the construction phase of the project. A portion of the site will remain live during the enabling works.

      It must also be noted that the wastewater treatment system will be procured under a separate competition, please refer to Section 1.9 of the Questionnaire.

      Estimated cost excluding VAT
      Range: between  3500000  and 4250000  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: 005 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)

      Conditions relating to the contract

      III.1.2)

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

      To be agreed 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:

      A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to sub-contract the delivery of any portion of any contracts under the contract, it may be a condition of award of contract that both main contractor and sub-contractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of that contract.

      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:

      As per the qualification questionnaire, available to download from www.etenders.gov.ie RFT104048.

      III.2.2)

      Economic and financial ability

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

      As per the qualification questionnaire, available to download from www.etenders.gov.ie RFT104048.

      Minimum level(s) of standards possibly required:

      As per the qualification questionnaire, available to download from www.etenders.gov.ie RFT104048.

      III.2.3)

      Technical capacity

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

      As per the qualification questionnaire, available to download from www.etenders.gov.ie RFT104048.

      Minimum level(s) of standards possibly required:

      As per the qualification questionnaire, available to download from www.etenders.gov.ie RFT104048.

      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  3  and  maximum number  8
      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.3.2)

      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

      28.04.2016 - 12:00
      IV.3.6)

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

      [Language_EN][Language_GA]

      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:

      1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government procurement opportunities portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

      2) This is the sole call for competition for this contract.

      3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

      4) Establishment of this contract will be subject to the approval of the competent authorities.

      5) It will be a condition of establishment that candidates and all sub-contractors produce a valid tax clearance certificate from the Irish Revenue Commissioners as part of their application for participation in the competition.

      6) If for any reason it is not possible to award the contract to the successful tenderer following conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next highest scoring tenderer.

      This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

      7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded at any time.

      8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type of patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent‘ will always be appended.

      9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

      VI.4)

      Procedures for appeal

      VI.4.1)

      Body responsible for appeal procedures

      High Court
      Four Courts, Inns Quay
      7  Dublin
      IE
      Internet address:
       

      Body responsible for mediation procedures

      VI.4.2)

      Lodging of appeals

      Precise information on deadline(s) for lodging appeals:

      Please refer to SI 192 of 2015.

      VI.4.3)

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

      Please contact a legal advisor
      Internet address: