Contract notice

Information

Published

Date of dispatch of this notice: 18/05/2016

Expire date: 20/06/2016

External Reference: 2016-364416

TED Reference: 2016/S 097-173118

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works ( OPW )
N/A
Jonathan Swift Street
Co. Meath
Trim
IE
Contact person: Office of Public Works (OPW)
Telephone: +353 469426000
E-mail: psu@opw.ie
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.opw.ie

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=99110&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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

Other activity:  Public Works

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Historic Leinster House Refurbishment Project
Reference number:  105393
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Refurbishment of Historic Leinster House.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45210000  -  Building construction work
45212300  -  Construction work for art and cultural buildings
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Leinster House, Kildare Street, Dublin 2
II.2.4)

Description of the procurement

The proposed works
comprise full
rewiring of Historic
Leinster House to
current standards –
this will include
the stripping out of
existing
installations,
dismantling and
removal of existing
lift and
installation of a
new evacuation lift,
the identification
of new service
routes, the
relocation of the
existing comms room
and provision of new
distribution boards
in fire-proofed
enclosures. The
carrying out of
structural
strengthening to
some existing
floors. The carrying
out of fire
upgrading works
including the
installation of
fire-barriers to
provide adequate
compartmentation,
boxing out of
structural steelwork
at attic level,
fire-stopping to
services
penetrations,
upgrade of existing
internal doors and
some minor
demolition to create
openings to provide
adequate means of
escape. Upgrading
the fire resistance
of the existing
floors.
Rationalisation and
reconfiguration of
existing pipework,
replacement of
existing air
handling units,
investigation of
internal downpipes
and all necessary
repairs. The
carrying out of
joinery repairs to
include
refurbishment of
existing historic
windows, window
shutters and other
internal joinery
items, the carrying
out of stone repairs
both internally and
externally,
reinstatement of
original entrance
door to Leinster
Lawn (including
demolition of
existing portico)
stabilisation and
repair of existing
decorative lath and
plaster ceilings,
re-roofing works
including the
removal and disposal
of asbestos slates
and replacement of
existing slates,
lead-work and copper
gutters and linings.
The provision of a
new plant room at
roof level, fitting
out of new WC's at
various levels,
redecoration of
rooms affected by
the works, provision
of new partitions to
designated rooms and
reforming existing
partitions, all
necessary finishing
out works.
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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 27
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
See procurement documents
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  See procurement documents
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.2)

Conditions related to the contract

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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/06/2016
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/08/2016
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

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

OPW
Johnathan Swift Street
Trim
IE

VI.5)

Date of dispatch of this notice

20/05/2016