Contract notice

Information

Published

Date of dispatch of this notice: 18/11/2019

Expire date: 23/12/2019

External Reference: 2019-244562

TED Reference: 2019/S 225-550930

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Grangegorman Development Agency
9656739V
Grangegorman Lower
Dublin 7, D07 XT95
Dublin
IE
Contact person: Pat O'Sullivan
Telephone: +353 014024140
Internet address(es):
Main address: http://www.ggda.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=157285&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

AHLC: Reserved Specialists
Reference number:  09AHLC
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The initial phase of the TU Dublin Academic Hub & Library Complex is planned as a cluster of buildings and courtyards, both existing and new around the historic North House protected structure. The library and student support complex will sit at the heart of the new Grangegorman campus, addressing a large plaza and commanding views over the city.
The overall Phase 1 development is approximately 12,580m2 in area. The development consists of 9,505m2 of New Build construction with the balance comprising the retained elements of the North House East and North House West protected structures (Planning Ref GSDZ2346/19).
The scope of works will include the demolition of existing redundant structures including the stand alone North House Annexe, Changing Rooms and extensions to the existing North House buildings.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Stone Cladding
Lot No:  1
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
44212381  -  Cladding
44900000  -  Stone for construction, limestone, gypsum and slate
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214400  -  Construction work for university buildings
45220000  -  Engineering works and construction works
45262500  -  Masonry and bricklaying work
45262510  -  Stonework
45262650  -  Cladding works
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45441000  -  Glazing work
45443000  -  Facade work
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The proposed works will encompass incorporating natural stone products to walls, window surround, feature bands, and similar architectural detailing. Design and installation of complex secondary support mechanisms and solutions will be required as part of the scope of these specialist 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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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)

Description

II.2.1)

Title

Glazing and Curtain Walling
Lot No:  2
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
44212381  -  Cladding
44900000  -  Stone for construction, limestone, gypsum and slate
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214400  -  Construction work for university buildings
45220000  -  Engineering works and construction works
45262500  -  Masonry and bricklaying work
45262510  -  Stonework
45262650  -  Cladding works
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45441000  -  Glazing work
45443000  -  Facade work
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The proposed works will encompass glazing and curtain walling elements with extensive interface and coordination with stone cladding being undertaken by another reserved specialist. The scope of the Glazing & Curtain Walling element also includes a feature glazed roof with complex self support structure. Design and installation of complex secondary support mechanisms and solutions will be required as part of the scope 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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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)

Description

II.2.1)

Title

Mechanical Services
Lot No:  3
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
44212381  -  Cladding
44900000  -  Stone for construction, limestone, gypsum and slate
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214400  -  Construction work for university buildings
45220000  -  Engineering works and construction works
45262500  -  Masonry and bricklaying work
45262510  -  Stonework
45262650  -  Cladding works
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45441000  -  Glazing work
45443000  -  Facade work
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The building's sustainability agenda is being driven by the Building Regulations/NZEB requirements. Emphasis will be given on energy efficiency in operation. The established principles across the campus including connections to the existing district heating system, natural ventilation, comfort cooling in selected areas, exposed thermal mass and controlled window openings will be used to control overheating in the warmer months.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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)

Description

II.2.1)

Title

Electrical Services
Lot No:  4
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
44212381  -  Cladding
44900000  -  Stone for construction, limestone, gypsum and slate
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214400  -  Construction work for university buildings
45220000  -  Engineering works and construction works
45262500  -  Masonry and bricklaying work
45262510  -  Stonework
45262650  -  Cladding works
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45441000  -  Glazing work
45443000  -  Facade work
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

.The electrical systems within the building will include an MV/LV transformer, back-up generator, main and secondary comms rooms as well as various systems appropriate to the building's type,scale and intended use (accesscontrol. Security and CCTV systems, fire detection, public address, PA/VA).Emphasis will be given in reducing energy use by taking advantage of the natural daylighting in combination with responsive artificial lighting controls. The building will feature roof mounted PV panels.
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: 7000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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)

Description

II.2.1)

Title

Lift/Transport Services
Lot No:  5
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
44212381  -  Cladding
44900000  -  Stone for construction, limestone, gypsum and slate
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214400  -  Construction work for university buildings
45220000  -  Engineering works and construction works
45262500  -  Masonry and bricklaying work
45262510  -  Stonework
45262650  -  Cladding works
45310000  -  Electrical installation work
45350000  -  Mechanical installations
45441000  -  Glazing work
45443000  -  Facade work
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Lift/Transport Services The building will feature a combination of motor-room-less passenger lifts including evacuation lifts in certain locations.
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: 1300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 23
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to Section 3.2 of the QW4 SAQ
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.2.2)

Contract performance conditions

As outlined in SAQ QW4
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/12/2019
Local time:  11:00
IV.2.3)

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

Date: 03/04/2020
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.3)

Additional information

Refer to the Project Information Memorandum
VI.4)

Procedures for review

VI.4.1)

Review body

Grangegorman Development Agency
Clock Tower, Grangegorman Lwr
Dublin
D07 XT95
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As outlined in the Tender Documents