Contract notice

Information

Published

Date of dispatch of this notice: 09/09/2020

Expire date: 13/10/2020

External Reference: 2020-268892

TED Reference: 2020/S 178-428971

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Trinity College Dublin, the University of Dublin
2200007u
College Green
Dublin 2
Co. Dublin
IE
Contact person: Aiden O'Neill
Telephone: +353 18968222
Internet address(es):
Main address: http://www.tcd.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=173199&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

E3 Learning Foundry Mechanical and Electrical/ICT Reserved Specialist Works Contractor Packages for Trinity College Dublin, the University of Dublin
Reference number:  TCD-20-46
II.1.2)

Main CPV code

45214400  -  Construction work for university buildings
II.1.3)

Type of contract

Works
II.1.4)

Short description

Trinity College Dublin, the University of Dublin invites suitably qualified works contractors to prequalify for the Mechanical and Electrical/ICT Reserved Specialist Works Contractor Packages. The projects concerns the construction works located at the University’s city centre campus. The contracting Authority intends to invite 5 candidates to tender for each reserved specialist package, please note that the contracting authority reserves the right to invite at least 5, subject to the number qualifying.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Mechanical Reserved Specialist Works Contractor Package
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214610  -  Laboratory building construction work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331200  -  Ventilation and air-conditioning installation work
45331220  -  Air-conditioning installation work
45331221  -  Partial air-conditioning installation work
45331230  -  Installation work of cooling equipment
45331231  -  Installation work of refrigeration equipment
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45332300  -  Drain-laying work
45332400  -  Sanitary fixture installation work
45333000  -  Gas-fitting installation work
45333100  -  Gas regulation equipment installation work
45350000  -  Mechanical installations
45351000  -  Mechanical engineering installation works
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

Mechanical Services installation for a 3rd level educational building, including but not limited to the following: heating and cooling centre, drainage disposal, water services, gas distribution, space cooling, space heating, thermally activated slab heating and cooling, fire protection systems, ventilation & air conditioning, and all other services such as BMS / controls, transport service. The works to be procured under this contract is the Mechanical Installation for the E3 Learning Foundry.
The winning tenderer will be appointed under the Main Contractor.
The proposed works will be a new build of 7,288m2 GIA, 6 storeys above a basement. The basement will be piled on the perimeter with a bulk excavation. An in-situ concrete frame to form the basement and ground floor, with concrete cores full height. The frame will be steel structure with pre-cast slabs. The façade will be a mixture of natural stone and curtain walling. The building will be highly serviced with Living Lab elements. The building is designed to comply with NZEB and achieve BREEAM Excellent and / or LEED Gold rating.
The building will include a range of Collaborative & Active Learning Spaces, Flexible Teaching Spaces, Ideation Spaces, Project Working Spaces and Innovation Zones, Maker Spaces, Interactive Learning Laboratory, Digital Media Laboratory, Learning Commons, Ancillary Areas, amongst others. Further information is included within the Project Information Memorandum.
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
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: 5
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

This Project is Part Funded by the Irish Government's public infrastructure investment initiative, Project Ireland 2040 via the Higher Education Authority.
II.2)

Description

II.2.1)

Title

Electrical & ICT Reserved Specialist Works Contractor Package
Lot No:  2
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45210000  -  Building construction work
45214000  -  Construction work for buildings relating to education and research
45214610  -  Laboratory building construction work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312100  -  Fire-alarm system installation work
45312200  -  Burglar-alarm system installation work
45312310  -  Lightning-protection works
45314000  -  Installation of telecommunications equipment
45314320  -  Installation of computer cabling
45315000  -  Electrical installation work of heating and other electrical building-equipment
45315500  -  Medium-voltage installation work
45315600  -  Low-voltage installation work
45316000  -  Installation work of illumination and signalling systems
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

Electrical Services installation for a 3rd level educational building, including but not limited to the following: Medium-voltage, Low-voltage, distribution, containment, cabling, generator & fuel supply, telecommunications cabling and equipment, fire detection and alarm, lighting & emergency lighting and all other services such as BMS / controls cabling. The works to be procured under this contract is the Electrical Installation for the E3 Learning Foundry.
The winning tenderer will be appointed under the Main Contractor.
The proposed works will be a new build of 7,288m2 GIA, 6 storeys above a basement. The basement will be piled on the perimeter with a bulk excavation. An in-situ concrete frame to form the basement and ground floor, with concrete cores full height. The frame will be steel structure with pre-cast slabs. The façade will be a mixture of natural stone and curtain walling. The building will be highly serviced with Living Lab elements. The building is designed to comply with NZEB and achieve BREEAM Excellent and / or LEED Gold rating.
The building will include a range of Collaborative & Active Learning Spaces, Flexible Teaching Spaces, Ideation Spaces, Project Working Spaces and Innovation Zones, Maker Spaces, Interactive Learning Laboratory, Digital Media Laboratory, Learning Commons, Ancillary Areas, amongst others. Further information is included within the Project Information Memorandum.
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
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: 5
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

This Project is Part Funded by the Irish Government's public infrastructure investment initiative, Project Ireland 2040 via the Higher Education Authority.

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 outlined in SAQ QW4.
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 outlined in SAQ QW4.
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:  07/10/2020
Local time:  12:00
IV.2.3)

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

Date: 26/11/2020
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (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;
2) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone 353(0)212439277 (09.00 a.m. — 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID 175530) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for the contract under each lot;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, or any lot, or any contract; awarded or prior to award at any time;
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended;
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition;
12) At Section II.2.9) for each lot we have indicated that 5 will be invited to tender for each lot, please note that the contracting authority reserves the right to invite at least 5, subject to the number qualifying.
13)For the avoidance of doubt, applicants who intend to submit a response to both lots must do so by submitting a separate response under separate cover to the tenderbox under each lot they are applying for. Applicants submitting a single response only must submit to the tenderbox under the specific lot to which they are applying, the Contracting Authority cannot be held responsible for errors encountered when submitting responses or responses submitted under the incorrect lot.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Inns Quay, Dublin 7
Dublin
IE
Telephone: +353 118886000
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Consult Legal Advisors
Dublin
IE