Contract notice

Information

Published

Date of dispatch of this notice: 15/10/2018

Expire date: 14/11/2018

External Reference: 2018-208478

TED Reference: 2018/S 201-455886

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: Mark Moraghan
Telephone: +353 16476000
Internet address(es):
Main address: http://www.opw.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=136528&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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 responsible for state property

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Garda Security and Crime Operations Centre, Military Road, Dublin 8
Reference number:  Electrical Specialist
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The development is a six and four-storey building over a double basement, 10,060 sq.m in area with an approx. 9,275 sq.m basement for car parking and ancillary accommodation on a site of circa 0.86 ha.
The office layout accommodates a mixture of both open plan and cellular offices. The brief also includes work-related, shared accommodation such as a gym, locker rooms, secure storage, showers and toilets, tea stations/kitchens, private outdoor space, along with sufficient meeting rooms and conference facilities. Three distinct blocks of accommodation cluster about a central atrium space that provides vertical circulation, natural light and natural ventilation into the offices. There is a mixture of naturally ventilated offices and the design exploits the existing site slope in the construction of the basement. The façade design is large profiled precast panels with curtain wall glazing floor to floor.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
II.2.3)

Place of performance

Main site or place of performance:  
Military Road, Dublin 8
II.2.4)

Description of the procurement

The development is a six and four-storey building over a double basement, 10,060 sq.m in area with an approx. 9,275 sq.m basement for car parking and ancillary accommodation on a site of circa 0.86 ha.
The office layout accommodates a mixture of both open plan and cellular offices. The brief also includes work-related, shared accommodation such as a gym, locker rooms, secure storage, showers and toilets, tea stations/kitchens, private outdoor space, along with sufficient meeting rooms and conference facilities. Three distinct blocks of accommodation cluster about a central atrium space that provides vertical circulation, natural light and natural ventilation into the offices. There is a mixture of naturally ventilated offices and the design exploits the existing site slope in the construction of the basement. The façade design is large profiled precast panels with curtain wall glazing floor to floor.
In order to facilitate the development, the removal of some of the existing stone walls and the existing modern blockwork shed of 105 sq.m is required. A section of the boundary wall along Military Road will also be removed to allow for a new secure vehicular access into the site. The development will also include for the provision of hard and soft landscaping, a new stone boundary wall to Military Road, an ESB substation, a 7 metre Garda telecommunication mast on the sixth storey core roof, a 415 sq.m. single storey services building with a green roof, new foul drainage, attenuated surface water drainage and all ancillary site structures and works. The design protects the Deer Park Wall, a designated Protected Structure (DCC Reference RPS 5246) which runs along the eastern perimeter of the site and forms part of the works. The development will be fully accessible and will be energy efficient with a low environmental impact. The development will be required to comply with the proposed new Part L Building Regulations other than dwellings 2017 and NZEB.
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: 30
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: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please refer to the Suitability Assessment Questionnaire document.
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.
* Please provide 1 hard copy and 1 soft copy (On
CD
or USB stick in PDF format) of your submission.
*Submissions CANNOT be made via e-tenders

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:  14/11/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The Commissioner of Public Works in Ireland
Office of Public Works
Trim
IE
Telephone: +353 16476163
Internet address: www.opw.ie