Contract notice

Information

Published

Date of dispatch of this notice: 31/01/2022

Expire date: 09/03/2022

External Reference: 2022-263355

TED Reference: 2022/S 025-059579

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Trinity College Dublin, the University of Dublin
2200007u
College Green
Dublin 2
Co. Dublin
IE
Contact person: Aiden O'Neill
Telephone: +353 18968222
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.tcd.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=200506&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Old Library Redevelopment Project - High Pressure Water Mist (HPWM) Fire Suppression System for Trinity College Dublin, the University of Dublin
Reference number:  TCD-21-C0584
II.1.2)

Main CPV code

45351000  -  Mechanical engineering installation works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Trinity College Dublin, the University of Dublin seeks to appoint a suitably qualified, competent and experienced contractor to carry out the design and works. The project concerns the construction works located at the University’s city centre campus. The contracting Authority (CA) intends to invite 5 candidates to participate in dialogue, please note that the contracting authority reserves the right to invite at least 5, subject to the number qualifying.
The selection and short-listing criteria are wholly described within the tender document set. i.e. Pre-qualification Questionnaire document separately attached. Responses must be submitted via the electronic postbox available on www.etenders.gov.ie by the response deadline. Only responses submitted to the electronic postbox will be accepted. Responses submitted by any other means (including but not limited to by email, fax, post or hand delivery) will NOT be accepted. Response submitted late will not be accepted.
II.1.5)

Estimated total value

Value excluding VAT: 3400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45350000  -  Mechanical installations
45351000  -  Mechanical engineering installation works
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
35111500  -  Fire suppression system
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

Trinity College Dublin, the University of Dublin seeks to appoint a suitably qualified, competent and experienced contractor to carry out the design and works. The project concerns the construction works located at the University’s city centre campus. The Contracting Authority (CA) intends to invite 5 candidates to participate in dialogue, please note that the CA reserves the right to invite at least 5, subject to the number qualifying. The CA is employing the Competitive Dialogue Procedure to deliver the most suitable solution and contractor.
As part of the Fire Safety Strategy for the proposed refurbished building, a wet fire suppression system will be installed throughout the Old Library, Podium Visitor Centre (including Welcome Space) and the Basement Level Plantroom accommodation.
Trinity College’s preferred means of fire suppression is a High Pressure Water Mist (HPWM) system (i.e. operating at pressures greater than 35 bar, but typically from 60 – 130 bar) designed on BS 8489-1:2016 or EN 14972-1:2020 (once issued), NFPA Standard 750 and based on actual fire test data relating to the hazard identified by the specialist designer and within these documents.
The HPWM System shall be installed to provide both life and property protection within the Old Library building, Podium Visitor Centre (including Welcome Space) and the Basement Level Plantroom accommodation. The extent of the system will be limited to the areas of the refurbishment and development and will not protect the adjacent and connected existing buildings.
Given the Historic nature, fire load and geometry of the Old Library, Podium, Visitor Centre (including Welcome Space) and Basement Level Plantroom Accommodation, it is likely that the majority of areas will be covered by an already undertaken and independent third-party certified fire test. This will require to be verified by the specialist contractor shortly after appointment.
However, the unique nature of the Old Library’s Long Room will require the specialist HPWM contractor to undertake an independent third-party test to verify and certify that the HPWM system can meet or exceed the fire suppression requirements.
The Long Room has an approximate height of 14.5m to highest point of arched wooden ceiling and is approx. 65m long. It comprises bookcase storage on both ground (first floor in building) and gallery levels, in bays accessed off the main space, with ceiling heights approx. 5m on both floors (arched wooden ceilings on the gallery level). The bookcases have a structural wooden frame which rises through to the attic above to support the building roof structure.
On appointment to preferred specialist contractor status, the specialist shall allow for the design of the HPWM system throughout but subject to the fire test requirements noted below. The design will be carried out in conjunction with the Design Team members and Fire Engineers to ensure integration with the building historic significance and developed from the initial Design Team proposals.
The selection and short-listing criteria are wholly described within the tender document set. i.e. Pre-qualification Questionnaire document separately attached. Responses must be submitted via the electronic postbox available on www.etenders.gov.ie by the response deadline. Only responses submitted to the electronic postbox will be accepted. Responses submitted by any other means (including but not limited to by email, fax, post or hand delivery) will NOT be accepted. Response submitted late will not be accepted.
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: 3400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

The Old Library Redevelopment Project is being part-funded by the Department of Housing, Local Government and Heritage and Fáilte Ireland.

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

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

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 117-306253
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/03/2022
Local time:  12:00
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:  01/05/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone 353(0)212439277 (09.00 a.m. — 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID 201274) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for the contract;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, or any contract awarded or prior to award at any time;
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or 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 words ‘or equivalent’ will always be appended;
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, candidates are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition;
12) At Section II.2.9) we have indicated that 5 candidates will be invited to participate in dialogue, please note that the contracting authority reserves the right to invite at least 5, subject to the number qualifying;
13)Trinity College Dublin, the University of Dublin is subject to the provisions of the Freedom of Information Act (FOI) 2014. If candidates consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act;
14)Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Chief Registrar, High Court, Inns Quay, Dublin
7
IE
Telephone: +353 118886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Consult Legal Advisors
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Consult Legal Advisors
Dublin
IE