Ausschreibungen u. Aufträge: Bauarbeiten - IRL-Dublin
Bauarbeiten.
Bauarbeiten für Wohnhäuser.
Dokument Nr...................: 147012-2004
Veröffentlicht................: 02.09.2004
*
VERGABEBEKANNTMACHUNG
Bauauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Ballymun Regeneration Ltd, Att: Paul McVeigh, Ballymun Civic Centre, Main
Street, Ballymun, IRL-Dublin 9. Tel.: +353 (01) 675 5660. Fax: +353 (01)
842 1443. E-mail: paul.mcveigh@dublincity.ie.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
45000000, 45211100.
Beschreibung: Bauarbeiten.
Bauarbeiten für Wohnhäuser.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 6.10.2004. Uhrzeit: 12:00.
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: Ballymun
Regeneration Ltd, Att: Paul McVeigh, Ballymun Civic Centre, Main Street,
Ballymun, IRL-Dublin 9. Tel.: +353 (01) 675 5660. Fax: +353 (01) 842
1443. E-mail: paul.mcveigh@dublincity.ie.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
I.5) Type of contracting authority: Body governed by public law.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.1) Type of works contract: Execution.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
Balcurris 4 (a), Balcurris Road, Ballymun, Dublin 11 (Job No.036).
II.1.6) Description/object of the contract: The construction of 120
residential units, and a residential care unit; together with their
associated external, and site development works, (i.e. roads, paths,
underground services, hard and soft landscaping), and part of Balcurris
Park.
The proposed development consists of 65 apartments in three-, and
four-storey blocks and 55 two-storey houses.
II.1.7) Site or location of works, place of delivery or performance:
Balcurris, Balbutcher Road, Ballymun, Dublin 11.
NUTS code: IE002.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 45000000, 45211100.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: See II.1.6.
II.2.2) Options. Description and time when they may be exercised: See
II.1.6.
II.3) Duration of the contract or time limit for completion: 24 months
from the award of the contract.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: A contract performance bond
will be required.
III.1.2) Main terms of financing and payment and/or reference to the
relevant provisions: The form of contract will be in accordance with GDLA
"82 (with quantities) form of contract current edition with appropriate
amendments that will be identified. Payment terms will be in accordance
with the provisions therein with amendments that will be identified.
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 suitability of candidates will be
reviewed by the contracting authority in accordance with the criteria for
economic and financial status and of technical knowledge or ability
referred to in Articles 26 and 27 of Directive 93/37/EEC.
III.2.1.2) Economic and financial capacity - means of proof required: 1.
Turnover: details of the candidate"s annual financial turnover in
construction works for the last three years. It is a requirement that
candidates have a minimum annual turnover in each of the last three years
of twice the value of this contract.
2. Tax Certificate: copy of a current tax clearance certificate, or, in
the case of a non-national, a statement from the relevant national
taxation authority. The original to be produced when required.
3. Pension, Sick: copy of a document to confirm the candidate"s current
membership of the Construction Industry Federation Pension and Sick Pay
Scheme. Or confirmation of participation in an alternative contributory
pension, mortality and sick pay scheme provided that this alternative
scheme does not have less favourable conditions or amounts than are
payable than the Construction Industry Federation Sick Pay Scheme.
4. Bank reference: A statement from the candidate"s bank confirming the
capacity of the candidate to undertake the project in conjunction with
current business commitments.
III.2.1.3) Technical capacity - means of proof required: 1.
Organisation: details of the managerial staff in the employ of the
candidate, identifying those persons who will be responsible for this
proposed project and giving, 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.
2. Projects: A list of building projects of this magnitude undertaken by
the candidate during the last three years including projects of a similar
nature and complexity.
3. Performance: In the case of each project, the candidate must provide
information on the project type; the names of the client or contracting
authority; the original project value and actual project value; the
actual start dates, original programme completion dates and actual date
of practical completions. Certificates of satisfactory execution for the
works must be provided in respect of each project.
4. Plant: A schedule of plant and technical equipment available to the
candidate for carrying out the work.
5. Staff: 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.
6. Health and safety: 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 2001. Names and appropriate qualifications, training and
experience of persons responsible for the implementation of safety,
health and welfare policy pertaining to the project.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Open.
IV.1.1) Candidates already selected: No.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: Economic, financial and technical capacity/ability to undertake and
successfully complete the project to the required quality and within the
project programme (see III.2.1/2/3)
2: Lowest tender price (See II.2.1).
In descending order of priority: Yes.
IV.3) Administrative information
IV.3.2) Conditions for obtaining contract document and additional
documents: Price: 250 EUR.
Terms and method of payment: A 250 EUR non-refundable administration fee
is to be paid upon application and prior to dispatch of documents.
Tenderers are to arrange for collection of documents during normal office
hours at their own expense. (A minimum of 48 hours notice will be
required for copies of tender documents to be made ready).
IV.3.3) Time-limit for receipt of tenders or requests to participate:
6.10.2004. Time: 12:00.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum time frame during which the tenderer must maintain its
tender: 6 months from the deadline stated for receipt of tenders.
SECTION VI: OTHER INFORMATION
VI.4) Additional information: II.3) Duration of the contract or time
limit for completion: No longer than 104 Calender weeks from the date on
which the contract is awarded. Or as stated in contract documents.
I.3) (A) Contact by email if possible.
(B) Fee: A 250 EUR non-refundable administration fee is payable (see
clause IV.3.2).
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