Contract notice

Information

Published

Date of dispatch of this notice: 12/11/2021

Expire date: 28/01/2022

External Reference: 2021-237699

TED Reference: 2021/S 223-585963

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sligo County Council
IE9586690F
County Hall,
Sligo.
Riverside,
IE
Contact person: Devona Finnegan
Telephone: +353 719111250
NUTS code:  IE041 -  Border
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=201021&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Proposed Enterprise & Community Centre and Urban Park and Associated Site works at Devin’s Drive, Cranmore, Sligo - Sligo East City Cranmore & Environs Masterplan
Reference number:  SCC2021/038
II.1.2)

Main CPV code

45220000  -  Engineering works and construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Proposed Enterprise & Community Centre and Urban Park and Associated Site works at Devin’s Drive, Cranmore, Sligo - Sligo East City Cranmore & Environs Masterplan
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45212100  -  Construction work of leisure facilities
45212110  -  Leisure centre construction work
45212220  -  Multi-purpose sports facilities construction work
II.2.3)

Place of performance

NUTS code:  IE041 -  Border
Main site or place of performance:  
Cranmore, Sligo
II.2.4)

Description of the procurement

Demolition & Asbestos Removal
• Removal of existing roof tiles & relocating them for storage as directed by Sligo County Council
• Removing, labelling & safely disposing of asbestos to current regulations
• Locating & decommissioning of services
• Demolition of offices accommodation (formally 6 no., 2 storey, terraced dwellings)
• Dismantling of 2. No. steel tech sheds within the boundary of the offices & relocating one of them elsewhere.
Community Centre
• 2 Storey Community Centre (c.1638m²) with sports hall, offices, meeting & training rooms
- Entrance Lobby
- Concourse
- Enclosed circulation spaces and stairwells
- Office areas
- Conference & meeting rooms
- Multi-purpose rooms
- Ancillary rooms
- General purpose hall
• 57 car-parking spaces including 6no. Electric Vehicle charging points, 40 bicycle parking spaces & 3 motorcycle parking spaces
• Upgrading works to car parking, footpaths and street lighting to McNeill Drive, Langan Drive & Carroll Drive. Installation of new cycle way & path from Devins Drive to Langan Drive
• Installation of 1no. serviced containers for plant Store & relocation of existing maintenance shed
• Sub surface storm water attenuation tank
• All ancillary site works.
Sports & Play Area, Cycle Ways
• Construction of flood lit all weather pitches with associated perimeter fencing
• Construction of play area with associated perimeter fencing
• Pedestrian paths & cycle ways.
Devins Drive
• Upgrading works to Devins Drive including traffic calming, road crossings, junction treatments landscaping, replacement of footpaths, installation of cycle lanes & new street lighting
• Construct new off street car parking at No.s 1-6 Devins Drive
• Upgrading off street car parking at No.s 13-19 Devin’s Drive & No.s 20-24 Devins Drive
• Improvements including hard landscaping to junction between Joe McDonnell Drive & Devins Drive
• Minor realignment of all access junctions off Devins Drive.
Landscaping
• See Documentation
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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: yes
Identification of the project: ERDF - European Regional Development Fund
II.2.14)

Additional information

Attached as document.

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:  Selection criteria as stated in the procurement documents.
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

Please refer to the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 145-356095
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/12/2021
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/12/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Please refer to document titled "Additional Information Document when using Tenderbox".
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin 7
IE
Internet address: www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your legal advisor/solicitor
Sligo
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As per SI 130 of 2010: EUROPEAN COMMUNITIES (PUBLIC AUTHORITIES’ CONTRACTS)
(REVIEW PROCEDURES) REGULATIONS 2010
As amended by SI192 of 2015: EUROPEAN COMMUNITIES (PUBLIC AUTHORITIES’ CONTRACTS)
(REVIEW PROCEDURES) (AMENDMENT) REGULATIONS 2015
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your legal advisor/solicitor
Sligo
IE