Contract notice

Information

Published

Date of dispatch of this notice: 14/10/2016

Expire date: 18/11/2016

External Reference: 2016-642409

TED Reference: 2016/S 201-362441

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Curragh Racecourse Ltd
N/A
The Curragh, Co. Kildare
The Curragh
Co. Kildare
IE
Contact person: Gerard Heffernan
Telephone: +353 045455635
NUTS code:  IE012 -  Midland
Internet address(es):
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=104146&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Curragh Racecourse Redevelopment Project
c/o Horse Racing Ireland, Ballymany, Co.Kildare
Newbridge
IE
Contact person: Gerard Heffernan
Telephone: +353 045455635
NUTS code:  IE012 -  Midland
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Curragh Racecourse Redevelopment (Contract Phase 3): Contract for the Main Works Package - Electrical Specialist Works Package
Reference number:  2016-08/3
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The electrical services contract comprises of the following systems; i) Electrical power distribution, incorporating medium/low voltage switchgear, incorporating uninterruptible power supplies, generators, metering and fault detection, ii) General and emergency lighting, incorporating a DALI addressable lighting control system, iii) Information and communication technology structured cabling, fire detection and alarm system incorporating public address/voice evacuation, iv) General services and small power, including cabling and cabling accessories, v) Earthing and bonding, including soil resistivity for step voltage analysis vi) Security, incorporating CCTV, door access control and intruder alarm, vii) Uninterruptable power supply, viii) Mechanical plant control, ix) Cable management, x) Lightning protection, xi) Generator, xii) Renewable energy technologies, including solar photovoltaic.
Please refer to the attached "General Description Document" for more information
II.1.5)

Estimated total value

Value excluding VAT: 4600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45311100  -  Electrical wiring work
45311200  -  Electrical fitting work
45315500  -  Medium-voltage installation work
45316100  -  Installation of outdoor illumination equipment
45317000  -  Other electrical installation work
II.2.3)

Place of performance

NUTS code:  IE012 -  Midland
Main site or place of performance:  
Curragh Racecourse
II.2.4)

Description of the procurement

The electrical services contract comprises of the following systems; i) Electrical power distribution, incorporating medium/low voltage switchgear, incorporating uninterruptible power supplies, generators, metering and fault detection, ii) General and emergency lighting, incorporating a DALI addressable lighting control system, iii) Information and communication technology (ICT) structured cabling, fire detection and alarm system incorporating public address/voice evacuation (PA/VA), iv) General services and small power, including cabling and cabling accessories, v) Earthing and bonding, including soil resistivity for step voltage analysis vi) Security, incorporating CCTV, door access control and intruder alarm, vii) Uninterruptable power supply (UPS), viii) Mechanical plant control, ix) Cable management, x) Lightning protection, xi) Generator (Life Safety Services), xii) Renewable energy technologies, including solar photovoltaic.
The project includes the provision of two primary utility connections, namely ESB and EIR. A medium voltage (MV) electricity connection from the local ESB network will be procured and terminated at the new ESBN sub-station located at the west end loading bay area.
The Electrical Specialist will allow for the cabling infrastructure only associated with the following Audio Visual systems;
i) IT AV presentation, ii) Audio and Video conferencing, iii) Control / automation, iv) Wireless presentation, v) Video walls / display, vi) Room booking systems,vii) Remote management, viii) VoD / IPTV systems / media distribution, ix) Satellite TV Distribution, x) Digital Signage, xi) Integration with ICT network.
The future IPTV system will use ICT structured cabling to distribute information from a central location (Main Communications Room) to any point on the network. The Electrical Specialist shall provide cabling infrastructure for the future Audio Visual Systems. Please refer to the attached "General Description Document" for more information
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: 4600000.00  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
Objective criteria for choosing the limited number of candidates:
As per the criteria stated in the 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.1.2)

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: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/11/2016
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  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. Interested parties should refer to RFT ID 109824, 109837, 109838, 110103, 110108, 110109, 110110 for information in relation to the main works contract and remaining specialist works contracts.
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 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 works ‘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 review

VI.4.1)

Review body

High Court
Four Courts, Inns Quay
Dublin
7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to SI 192 of 2015.
VI.5)

Date of dispatch of this notice

14/10/2016