Contract notice

Information

Published

Date of dispatch of this notice: 24/04/2023

Expire date: 30/05/2023

External Reference: 2023-231787

TED Reference: 2023/S 084-259611

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sligo Football and Sports Development Society Ltd
4814722
Knappaghbeg
Sligo
Co.Sligo
IE
Contact person: Procurement Administrator
Telephone: +353 719171212
NUTS code:  IE04 -  Northern and Western
Internet address(es):
Main address: www.sligorovers.com

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=240898&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

Other type:  Limited company registered under the Industrial & Provident Societies Acts 1893 - 1978
I.5)

Main activity

Other activity:  Sports, Recreation, Heritage and Culture

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Architect led Integrated Design Team for Stadium Development at Sligo Showgrounds
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The project is known as the Stadium Development and is located within the Showgrounds, Knappaghbeg, Sligo.
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71222000  -  Architectural services for outdoor areas
71223000  -  Architectural services for building extensions
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71251000  -  Architectural and building-surveying services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71314310  -  Heating engineering services for buildings
71318000  -  Advisory and consultative engineering services
71318100  -  Artificial and natural lighting engineering services for buildings
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71322500  -  Engineering-design services for traffic installations
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71337000  -  Corrosion engineering services
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71420000  -  Landscape architectural services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
71540000  -  Construction management services
71541000  -  Construction project management services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The Showgrounds, Knappaghbeg, Sligo, Ireland
II.2.4)

Description of the procurement

This procurement comprises design services, tender management, construction supervision, commissioning, post completion handover and certification services to be delivered by the Architect led Integrated Design Team.
The services will include the following elements:
1) New spectator stand at the Church Hill Road end comprising facilities that are ancillary to the football club.
2) New spectator stand in place of the existing Jinks Avenue Stand comprising changing rooms, shop, laundry, toilets and storage.
3) New roof to existing spectator stand at the Railway end and provision of new toilets underneath.
4) Minor amendments to the existing Tracey Avenue stand to accommodate new TV gantry position, screening to the side elevations and toilets.
5) New turnstiles to the rear of the Jinks Avenue stand.
6) New pedestrian access gate to Church Hill Road.
7) Re-configured carparking area with new site lighting, together with all associated landscaping, site services, signage and site works.
8) New public plaza and pavillion buildings at the main entrance to the stadium.
9) New spectator turnstiles/integrated ticketing system.
10) Replacement and expansion of the main pitch to UEFA standards, installation of integral irrigation and sprinkler system fed by rainwater attenuation and harvesting installation, reconfiguration of the existing dressing rooms to enhance the size of the referees' changing area in line with UEFA requirements, and all associated services/works.
11) Replacement/upgrading of floodlighting to main pitch to UEFA standards and all associated services/works.
12) Replacement/upgrading of Astroturf training pitch.
13) New perimeter electronic advertising system to main pitch.
14) Comprehensive review of all existing site services, oversight of all required site investigations and completion of appropriate remediation works.
In addition to the Architect, the Integrated Design Team will include the following consultants – Civil & Structural Engineer, Mechanical & Electrical Engineer, Fire Safety Engineer, PSDP and Quantity Surveyor.
Please refer to the tender documents and existing Planning Grant (reference PL 22/400) for further details.
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: 900000.00  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.2.10)

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 value of €900,000 ex VAT - is an estimated value of the Service Contract. Tenderers are advised that this estimated value of €900,000 ex VAT is for guidance purposes only.

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 Tender 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

Refer to Tender Documents.
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

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/05/2023
Local time:  17:00
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:  30/11/2023
IV.2.7)

Conditions for opening of tenders

Date:  30/05/2023
Local time:  17:00
Place:  
Sligo, Ireland
Information about authorised persons and opening procedure:  
Will be opened by personnel authorised by the Contracting Authority after the Tender Deadline has expired.

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

a) Interested parties must register their interest on the etenders web site (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.
b) All communications must be conducted through the messaging application on the etenders web portal.
c) The Contracting Authority will not be responsible for any costs, charges, or expenses incurred by Tenderers.
d) At its absolute discretion, the Contracting Authority may elect to terminate this procurement process at any time.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Provisions of Instrument S.I. No. 130/2010: The Contracting Authority will not conclude this reviewable public contract, to which a standstill period applies, until after the expiry of the standstill period which commences on the day following the date of notification to concerned candidates and tenderers. The statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that reviewable public contract.