Contract notice

Information

Published

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

Expire date: 18/11/2016

External Reference: 2016-993738

TED Reference: 2016/S 201-362446

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=104148&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 - Specialist Joinery Works Package
II.1.2)

Main CPV code

45420000  -  Joinery and carpentry installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Curragh Racecourse has a number of hospitality areas, based on a tiered system increasing in specification as you ascend through the building from the café bar on the first floor to elite members only and race day only spaces. These are unified with a common language of materiality that ensures a seamless coordination between spaces for an overall continuity of concept for a contemporary international sporting venue.
Ground Floor
Hospitality Entrance:
The Specialist Totes & counters within the Great Hall, Reception entrance area, Weigh room, officials desk
1st floor
Café bistro, Public bar, Champagne bar, Owners and Trainers Bar, Specialist Totes within these spaces
2nd floor
Panoramic Restaurant 02, Premier members Lounge and Bar, Sponsors Suite, Small Suites
3rd floor
Panoramic Restaurant 03, The Curragh Club, Large Suites
Please refer to the attached "General Description Document" for more information in relation to the approximate size of the works.
II.1.5)

Estimated total value

Value excluding VAT: 1150000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45400000  -  Building completion work
45421000  -  Joinery work
45421153  -  Installation of built-in furniture
45451200  -  Panelling 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 Curragh Racecourse has a number of hospitality areas, based on a tiered system increasing in specification as you ascend through the building from the café bar on the first floor which will be used on a year round daily spaces to elite members only and race day only spaces. These are unified with a common language of materiality that ensures a seamless coordination between spaces for an overall continuity of concept for a contemporary international sporting venue.
Ground Floor
• Hospitality Entrance:
• The Specialist Totes & counters within the Great Hall
• Reception entrance area
• Weigh room – officials desk
1st floor
• Café bistro
• Public bar
• Champagne bar
• Owners and Trainers Bar
• Specialist Totes within these spaces
2nd floor
• Panoramic Restaurant 02
• Premier members Lounge and Bar
• Sponsors Suite
• Small Suites 1-8
3rd floor
• Panoramic Restaurant 03
• The Curragh Club
• Large Suites
Interiors/ Specialist Joinery Works
Interiors/ Specialist Joinery scope to include installation in accordance with specialist contractor’s co-ordinated shop drawings based on the design intent works requirements drawings and specifications of the following:
Specialist Joiner is responsible for design coordination and liaison with main contractor to ensure a cohesive aesthetic.
- Bar Fronts and bespoke back bar restaurant counters and product display units. Ready to receive Separate OS and e Supplies.
- Structural bars ready to receive stainless steel operating supplies
- Fixed seating, banqueting and bench units
- Reception desks
- Bar/mini servery suites level 2
- Screens
- Fixed wall shelving
- Integrated lighting for example where joinery is back lit.
- Tote counters and modular units.
Please refer to the attached "General Description Document" for more information in relation to the approximate size of the 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: 1150000.00  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

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