Contract notice

Information

Published

Date of dispatch of this notice: 20/05/2016

Expire date: 21/06/2016

External Reference: 2016-495482

TED Reference: 2016/S 098-174888

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Aviation Authority
N/A
The Times Building
Dublin
11-12 D'Olier Street
IE
Contact person: Cathal Casserly
Telephone: +353 16718655
Fax: +353 16792934
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.iaa.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=99153&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

Body governed by public law
I.5)

Main activity

Other activity:  Air Navigation Services and Safety Regulation of Civil Aviation

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Electrical Installations in relation to the Construction of Air Traffic Visual Control Tower at Dublin Airport for the Irish Aviation Authority (1)
Reference number:  Construction of ATC Tower
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The site for the new facility is within the demise of the current air traffic control
facilities at the Dublin Control Centre at Huntstown, on the Western side of Dublin
Airport.
The VCT comprises three separate but integrated building elements namely:
1. A control cab of 5 stories.
2. The cab supporting shaft of 18 stories.
3. A base building of 1 storey above basement plant room. The base building will
accommodate staff facilities, electronic systems and mechanical plant space to
provide control of the VCT environment.
The overall height of the VCT structure will be 86.9m.
Ancillary elements of the project include the following:
1. A 37m2 single storey security hut.
2. A 72 m2 oil tank storage area.
3. An external car park and associated security features.
4. Security fencing,
5. All associated site works, landscaping and services connections.
The gross floor area of the development is approximately 2766m2 gross internal
area.
II.1.5)

Estimated total value

Value excluding VAT: 28000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin ATCC (Dublin Airport), Huntstown, Cloghran, Co. Dublin, Ireland
II.2.4)

Description of the procurement

The site for the new facility is within the demise of the current air traffic control
facilities at the Dublin Control Centre at Huntstown, on the Western side of Dublin
Airport.
The VCT comprises three separate but integrated building elements namely:
1. A control cab of 5 stories.
2. The cab supporting shaft of 18 stories.
3. A base building of 1 storey above basement plant room. The base building will
accommodate staff facilities, electronic systems and mechanical plant space to
provide control of the VCT environment.
The overall height of the VCT structure will be 86.9m.
Ancillary elements of the project include the following:
1. A 37m2 single storey security hut.
2. A 72 m2 oil tank storage area.
3. An external car park and associated security features.
4. Security fencing,
5. All associated site works, landscaping and services connections.
The gross floor area of the development is approximately 2766m2 gross internal
area.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  See attached Suitability Assessment Questionnaire  /  Weighting:  10000
Price  -  Weighting:  0
II.2.6)

Estimated value

Value excluding VAT: 28000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
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
II.2.14)

Additional information

See attached Suitability Assessment Questionnaire and Information Memorandum on Structural Complexity for Works Contractor and Works Specialists

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 attached Suitability Assessment Questionnaire
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

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:  21/06/2016
Local time:  12:00
IV.2.3)

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

Date: 20/12/2016
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

Tender must be valid until:  18/08/2017

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

See attached Suitability Assessment Questionnaire and Information Memorandum on Structural Complexity for Works Contractor and Works Specialists
VI.4)

Procedures for review

VI.4.1)

Review body

Pursuant to the Arbitration Act 2010
Dublin
IE

VI.5)

Date of dispatch of this notice

18/05/2016