Ausschreibungen u. Aufträge: Freizeitzentrum - IRL-Ballybunion
Freizeitzentrum.
Dokument Nr...................: 146190-2004
Veröffentlicht................: 01.09.2004
*
VERGABEBEKANNTMACHUNG
Bauauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Bevely Ltd, Att: Jackie Hourigan, Sandhill Road, IRL-Ballybunion, Co
Kerry. Tel.: +353-068-27489, +353-068-27248, +353-066-7145131.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 45212110.
Beschreibung: Freizeitzentrum.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 37 Tage nach Versendung der Bekanntmachung.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Works
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Bevely Ltd,
Att: Jackie Hourigan, Sandhill Road, IRL-Ballybunion, Co Kerry. Tel.:
+353-068-27489, +353-068-27248, +353-066-7145131.
I.2) Address from which further information can be obtained: John J.
Casey & Co., East End House, Poulavone, IRL-Ballincollig, County Cork.
Tel.: +353-021-4873912. Fax: +353-021-4871730. E-mail: jjcasey@iol.ie.
I.3) Address from which documentation may be obtained: John J. Casey &
Co., East End House, Poulavone, IRL-Ballincollig, County Cork. E-mail:
jjcasey@iol.ie.
I.4) Address to which tenders/requests to participate must be sent: John
J. Casey & Co., East End House, Poulavone, IRL-Ballincollig, County Cork.
E-mail: jjcasey@iol.ie.
I.5) Type of contracting authority: Other.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.1) Type of works contract: Execution.
II.1.5) Title attributed to the contract by the contracting authority:
Ballybunion Leisure Centre.
II.1.6) Description/object of the contract: Construction of a 1 310m2
health and leisure centre including associated siteworks.
II.1.7) Site or location of works, place of delivery or performance:
Latique Road, IRL-Ballybunion, County Kerry.
II.1.8) Nomenclature
II.1.9) Division into lots: Yes.
Tenders may be submitted for: All lots.
One lot.
Several lots.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: Main contractor, mechanical nominated
subcontractor, electrical nominated subcontractor, lift nominated
subcontractor and glazing nominated subcontractor.
II.2.2) Options. Description and time when they may be exercised: Not
possible.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: No deposits are required but
a Performance Bond will be necessary.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded:
Nominated subcontractors will be appointed for the specialist subcontract
including mechanical, electrical, lift and glazing installation. If a
group of contractors apply and are successful, they will be required to
form a single legal firm before the contract is finally awarded.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: The number of candidates invited to tender
will be from within a range of 6 to 9 provided there is sufficient number
of suitable candidates. The candidates who best satisfy the requirements
as to financial and economic standing and technical capability as set out
below will be invited to tender.
Candidates are required to provide information under the headings set out
below.
The candidates financial and economic standing and technical capability
will be evaluated on the basis of the information provided.
III.2.1.1) Legal position - means of proof required: - Date of
establishment of the candidate"s organisation and its legal status, if
any.
III.2.1.2) Economic and financial capacity - means of proof required: -
Details of the candidate"s annual financial turnover for the last three
years;
- Details of the candidate"s most recent balance sheet, as certified by
the candidate"s auditors;
III.2.1.3) Technical capacity - means of proof required: Details of the
managerial staff in employment of the candidates who will be responsible
for the proposed project, and in particular their relevant educational or
professional qualifications, experience in the construction of projects
of a similar nature, complexity and size, working experience and project
management skills.
- A list of major building projects undertaken by the candidate during
the last five years including projects of a similar nature and
complexity. In the case of each project, the candidate must provide
information and project type, the names of the Contracting Authority and
Professional Consultants involved, value and start / completion dates.
- A schedule of current workload, including a description of the
projects, the value of each and the start / completion dates;
- A schedule of plant and technical equipment available to the candidate
for carrying out the work;
- A schedule of the firm"s average annual manpower and the number of
managerial staff for the last three years. The numbers employed in each
category should be stated;
- A schedule of the technicians or technical bodies which the candidates
can call upon for carrying out the work, whether or not they belong to
the firm;
- A statement of the candidate"s health, safety and welfare policy and
evidence of its capacity to implement all statutory obligations in regard
to Safety, Health and Welfare at Work (Construction) Regulations 1995;
- Details of all notifiable accidents over the last five years;
- Names and appropriate qualifications and training of persons
responsible for the implementation of Safety, Health and Welfare Policy
pertaining to the project;
- Confirmation that the candidate if successful would engage in an
appropriate pension and sick - pay scheme.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.3) Time-limit for receipt of tenders or requests to participate: 37
days from dispatch of notice.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.2) Indication whether this procurement is a recurrent one and the
estimated timing for further notices to be published: Not applicable.
VI.3) The contract relates to a project/programme financed by EU funds:
Yes.
Ballybunion Leisure Centre.
VI.4) Additional information: All information requested under must be
supplied accompanied by the appropriate documentary evidence. Failure to
provide the information and appropriate documentary evidence may result
in the exclusion of the candidate concerned.
- Award Criteria: the award criteria will be stated in the invitation to
tender.
- Other Information: it will be necessary that candidates are in a
position to provide evidence of a Performance Bond and adequate
insurances. The authority will not be responsible for costs, charges, or
expenses incurred by candidates or tenderers whether or not a final
contract is awarded. Contract awards will be subject to the approval of
the relevant authorities.
VI.5) Date of dispatch of this notice: 26.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de