Contract notice

Information

Published

Date of dispatch of this notice: 21/03/2019

Expire date: 29/04/2019

External Reference: 2019-250321

TED Reference: 2019/S 060-137832

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Grangegorman Development Agency
9656739V
Grangegorman Lower
Dublin 7, D07 XT95
Dublin
IE
Contact person: Damien Morgan
Telephone: +353 014024140
Internet address(es):
Main address: http://www.ggda.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=144061&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

Conservation and Adaption Works to the Lower House on the Grangegorman Campus, Dublin 7
Reference number:  GDA29LHWC2019
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The works will include the stabilisation of the existing walls, some raking out and re-pointing of external stonework, stone repair and replacement where required, installation of a partial new roof structure and finishes to required section of building, reconstruction of internal floors, structural repairs where required, provision of new windows to entire building, new floor, wall and ceiling finishes and full mechanical and electrical and lift installation. Four new single storey extensions will be included totalling 400sq.m. There will be limited opening up and new works within the existing Basement. Overall floor area of existing building including basement is 3,935sq.m. Full external works will be required including opening up existing stairwells to Basement, paving, drainage and electrical site services, etc.
II.1.5)

Estimated total value

Value excluding VAT: 9000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
II.2.4)

Description of the procurement

The works will include the stabilisation of the existing walls, some raking out and re-pointing of external stonework, stone repair and replacement where required, installation of a partial new roof structure and finishes to required section of building, reconstruction of internal floors, structural repairs where required, provision of new windows to entire building, new floor, wall and ceiling finishes and full mechanical and electrical and lift installation. Four new single storey extensions will be included totalling 400sq.m. There will be limited opening up and new works within the existing Basement. Overall floor area of existing building including basement is 3,935sq.m. Full external works will be required including opening up existing stairwells to Basement, paving, drainage and electrical site services, etc.
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: 9000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: 6
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

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:  As indicated in the 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

As indicated in the 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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 007-010667
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/04/2019
Local time:  12:00
IV.2.3)

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

Date: 01/06/2019
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.4)

Procedures for review

VI.4.1)

Review body

Grangegorman Development Agency
Grangegorman
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As outlined in the Tender Documents