II.1)
Scope of the procurement
Curragh Racecourse Redevelopment (Contract Phase 3): Contract for the Main Works Package - Electrical Specialist Works Package
Reference number:
2016-08/3
45310000
-
Electrical installation work
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.2.2)
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
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