Contract notice

Information

Published

Date of dispatch of this notice: 19/04/2022

Expire date: 20/05/2022

External Reference: 2022-221399

TED Reference: 2022/S 079-210964

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Stephen Lawlor
Telephone: +353 469422813
E-mail: arp@opw.ie
NUTS code:  IE061 -  Dublin
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=211905&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Other activity:  Government office with responsibility for State Property

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

HPW Mist Suppression Specialist - Archival Repository Project
Reference number:  ARP2022HPWMS
II.1.2)

Main CPV code

45300000  -  Building installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The proposed development at the warehouse of the National Archives of Ireland, Dublin 8, comprising approx. gross floor area of 5,200m2, consists of the construction of ground and new first floor archive repository accommodation and circulation areas, with climate control and fire protection. Construction will take place within the existing warehouse walls and roof. The existing floor slab will be removed and replaced by new foundations and floor slab at finished floor level of the existing ground floor. The structure will be a self-supporting in-situ reinforced concrete framework. Vertical circulation between ground floor and first floor will be provided via four separate stair cores and two separate lifts. Two of the four stair cores will be continued to the attic space to facilitate maintenance access. Lift access to the attic is not proposed. External works include provision of mist suppression tank, associated plant/equipment in existing car park with new security enclosure.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45343000  -  Fire-prevention installation works
II.2.3)

Place of performance

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

Description of the procurement

The National Archives of Ireland holds official State documents and records for preservation. The documents are kept at buildings in Bishop Street, Dublin 8 where there are public reading rooms and storage facilities for the documents. There are two distinct buildings on the site, an office block where the reading rooms, staff offices and some storage are housed and an adjoining warehouse for the storage of the archives. The National Archives will continue to be occupied and operate during the construction period.
The proposed development, comprising approx. gross floor area of 5,200m2, consists of the construction of ground and new first floor archive repository accommodation and circulation areas, with climate control and fire protection. Construction will take place within the existing warehouse walls and roof. The existing floor slab will be removed and replaced by new foundations and floor slab at finished floor level of the existing ground floor. A piling solution is proposed; the completion of the piling design is to be carried out by the piling contractor or specialists. The structure will be a self-supporting in-situ reinforced concrete framework. Vertical circulation between ground floor and first floor will be provided via four separate stair cores and two separate lifts. Two of the four stair cores will be continued to the attic space to facilitate maintenance access. Lift access to the attic is not proposed.
The external works include the replacement of clerestory windows, the widening of an existing escape door and the addition of one escape door, both onto Bride Street. An existing wall with door onto the car park to the East of the warehouse will be widened to accommodate access during the construction period and reversed to reinstate the existing wall and door. A mist suppression tank and associated plant/ equipment shall be provided within the existing car park, complete with new security enclosure.
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: 16
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2  /  Maximum number: 8
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

* Please consult the associated pre-qualification
documentation, which contains full instructions
regarding the submissions required for this
competition.
*Submissions are to be made via e-tenders only. No hard copies are required.

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 document
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

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:  20/05/2022
Local time:  12:00
IV.2.3)

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

Date: 20/06/2022
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 : 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.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The Commissioners Of Public Works in Ireland
Jonathan Swift St
Trim
IE
Telephone: +353 46942000
E-mail: info@opw.ie