Contract notice

Information

Published

Date of dispatch of this notice: 18/11/2021

Expire date: 20/12/2021

External Reference: 2021-253325

TED Reference: 2021/S 227-596372

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
00000
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.gmit.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=202211&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

GMIT ITT Multi Purpose Sports Facility 2021
Reference number:  RFT 202916 - GMIT Multi Purpose Sports Facility
II.1.2)

Main CPV code

45212220  -  Multi-purpose sports facilities construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process with negotiation for the appointment of a suitable contractor for the construction of Multi-functional Sports Building for Galway Mayo Institute of Technology, Dublin Road, Galway (Galway Campus).The development will consist of a 2-storey multi-functional sports building or large sports hall that can cater for many indoor sports. Gross floor area of 2500-2700 m2, car parking, ESB Substation, signage, landscaping and all associated site development works and services. The building will likely cater for many indoor sports including basketball, indoor soccer, volleyball, table tennis, badminton, and similar in a sports hall circa 1000 sqm with supporting ancillary spaces, changing facilities, stores, toilets etc, the building occasionally may also accommodate student gatherings and once off events.
Please refer to attached documentation for further information.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45212000  -  Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212200  -  Construction work for sports facilities
45212221  -  Construction work in connection with structures for sports ground
45214400  -  Construction work for university buildings
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
GMIT Dublin Road Galway City
II.2.4)

Description of the procurement

The Contracting Authority wishes to engage in a competitive process with negotiation for the appointment of a suitable contractor for the construction of Multi-functional Sports Building for Galway Mayo Institute of Technology, Dublin Road, Galway (Galway Campus).
The development will consist of a 2-storey multi-functional sports building or large sports hall that can cater for many indoor sports.
Gross floor area of 2500-2700m2, car parking, ESB Substation, signage, landscaping and all associated site development works and services.
The proposed development also includes new and improved pedestrian and bus stop facilities on Dublin Road, to include bus set down, bus shelters and pedestrian crossing.
The building will likely cater for many indoor sports including basketball, indoor soccer, volleyball, table tennis, badminton, and similar in a sports hall circa 1000 sqm with supporting ancillary spaces, changing facilities, stores, toilets etc., the building occasionally may also accommodate student gatherings and once off events.
Please refer to attached documentation for further information.
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: 27
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: 9
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of (i) design or innovative solutions;(ii) specific circumstances related to the nature, the complexity or the legal and financial makeup or because of risks attaching to them; (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following stages;
(1) a Pre-Qualification Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage;
(2) Request for Tender (“RFT”) stage and initial evaluation;
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the contract on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Please note the project is subject to funding approval.
(5) Applicants should note that in the first instance the Contracting Authority requires the Suitability Assessment Questionnaire to be submitted. After consideration by the Contracting Authority and only if invited to continue in the process will a full RFT response be required. This RFT will be provided to those being invited to the second stage of the process. Note: It is envisaged that the top 9 scoring Applicants (subject to the quality & number of Suitability Assessment Questionnaires - SAQs received) who meet the minimum criteria and rules for selection will be invited to tender. Applicants who are selected for inclusion on the tender list will be issued a formal Invitation to Tender Document and will be asked to respond with a tender submission. Submissions received will be assessed on the basis of the rules, criteria and weightings set out in the Invitation to Tender Document in order to make an award decision.
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 Connacht-Ulster Alliance (CUA) of GMIT, LYIT and IT Sligo formally submitted its application to become a TU in May 2021. The Minister for Further and Higher Education, Research, Innovation and Science, Simon Harris, TD, formally approved the CUA for designation as a TU in October 2021. The CUA look forward to operating as a multi-campus university in early 2022.

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:  PLEASE REFER TO SAQ
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
PLEASE REFER TO SAQ
Minimum level(s) of standards possibly required:  
PLEASE REFER TO SAQ
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
PLEASE REFER TO SAQ
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  20/12/2021
Local time:  12:00
IV.2.3)

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

Date: 21/02/2022
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 : 12  (from the date stated for receipt of tender)

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.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor.