Contract notice

Information

Published

Date of dispatch of this notice: 27/08/2015

Expire date: 19/10/2015

External Reference: 2015-901638

TED Reference: 2015/S 168-305921

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

National Paediatric Hospital Development Board
N/A
Hospital 7, St James's Hospital, James's Street, Dublin 8
8  Dublin
IE
For the attention of: John Pollock
Telephone: +353 14284290
E-mail: procurement@nph.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Health
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Enabling Works Contractor and as Project Supervisor for the Construction Stage (PSCS) for a contract for Enabling Works for the new children‘s hospital at St James‘s Hospital Campus, Dublin 8

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
    Design and execution
    Main site or location of works, place of delivery or of performance:

    St James‘s Hospital campus, Dublin 8

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The scope of the main works for the new children’s hospital in broad terms comprises of:

    • The demolition of all buildings on the site of the new children’s hospital;

    • Construction of a new children’s hospital building and associated helipad;

    • A two-level underground car park under same, with a further level of shared facilities management hub and energy centre below;

    • Public realm improvements to the existing St James’s campus spine road; the linear park at the Rialto Luas stop and the public steps between Mount Brown and Cameron Square;

    • Improvements to the road junction at the existing campus entrance on St James’s Street and a new campus entrance piazza from Brookfield Road / South Circular Road;

    • A new vehicular entrance from Mount Brown and a realigned internal campus road;

    • A new shared flue stack for the St. James’s Hospital campus; and

    • A range of infrastructure works.

    • The new children’s hospital building, including 380 no. inpatient bedrooms and 93 no. day beds located on a 4.85ha site at the western side of the St. James’s Campus. Parking for the new children’s hospital will be provided by way of surface level and basement level accommodation and there will be 400 no. bicycle parking spaces

    • The proposed development also includes all ancillary site clearance, construction, site development and landscaping works; the removal of parking spaces to facilitate the construction of the children’s hospital and the Children’s Research and Innovation Centre; reinstatement and upgrading up to the fence boundary with St. John’s lane; replacement of existing boundaries on South Circular Road and the boundary with the linear park to the south; upgrading works to entrances, footpath and roadways at South Circular Road/Brookfield Road, Mount Brown and James Street.

    • Construction of a family accommodation unit and proposed Children’s Research and Innovation Centre (at the discretion of the Contracting Authority);

    It is expected that the new children’s hospital at St James’s Hospital Campus comprises buildings of gross area 124,000 square metres together with a basement /car park of gross area 33,000 square metres.

    The Contracting Authority intends to hold an open day(s) for interested Applicants. Details will be provided to Applicants who have registered interest in this competition.

    The building works will be procured by a bespoke Contract for Building Works. A public procurement competition for the Works Contractor is being run concurrently to this competition for Enabling Works Contractor.

    Approximate Size and General Description of the Enabling Works:

    The enabling works will be procured utilising a bespoke Enabling Works Contract, which will be provided at tender stage as part of the tender document suite issued to shortlisted Applicants.

    It is intended that the Enabling Works Contractor may be (1) directly engaged by the Contracting Authority or (2) directly engaged by the Contracting Authority and novated to the Works Contractor and selected on the basis of suitability assessment. Further details on this are contained in the Suitability Assessment Questionnaire.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45111000   Demolition, site preparation and clearance work
    Supplementary vocabulary
    45111290   Primary works for services
    45112000   Excavating and earthmoving work
    45112450   Excavation work at archaeological sites
    45112600   Cut and fill
    45210000   Building construction work
    45215100   Construction work for buildings relating to health
    45223700   Service area construction work
    90650000   Asbestos removal services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The new children’s hospital at St James’s Hospital campus, It is envisaged that work will start on site in early to mid 2016 with completions scheduled for the end of 2019.

    The enabling works will be procured utilising a bespoke Enabling Works Contract, which will be provided at tender stage as part of the tender document suite issued to shortlisted Applicants.

    It is intended that the Enabling Works Contractor may be (1) directly engaged by the Contracting Authority or (2) directly engaged by the Contracting Authority and novated to the Works Contractor and selected on the basis of suitability assessment.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Performance Bond will be required to be provided for the enabling works contract as noted in the Suitability Assessment Questionnaire

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if the requirements are met:

    See Suitability Assessment Questionnaire for further details.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if the requirements are met:

    See Suitability Assessment Questionnaire for further details.

    Minimum level(s) of standards possibly required:

    See Suitability Assessment Questionnaire for further details.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if the requirements are met:

    See Suitability Assessment Questionnaire for further details.

    Minimum level(s) of standards possibly required:

    See Suitability Assessment Questionnaire for further details.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    12.10.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court of Ireland
    High Court Central Office, Four Quays, Inns Quay
    7  Dublin
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained