Öffentliche Ausschreibungen Öffentliche Ausschreibung Auftragsbekanntmachungen

Home
Ausschreibungen, tagesaktuell
Ausschreibung: DeutschlandDeutschland
Ausschreibung: Ingenieure u. ArchitektenIngenieure u. Architekten
Ausschreibung: EDV, Hardware, SoftwareEDV-Hard- u. -Software
Ausschreibung: Hochbau, Tiefbau, Trockenbau, BauBauausschreibungen
Ausschreibung: Regionale ÜbersichtRegionale Übersicht
AusschreibungsarchivAusschreibungsarchiv
Kostenlose Services
Ausschreibung: Gastzugangkostenloser Gastzugang
Ausschreibung: Suche mittels CPV-CodesAusschreibungssuche mittels CPV-Codes
Ausschreibung: eMail, automatische, tagesaktuellAusschreibungen per eMail, automatische, tagesaktuell
Ausschreibung: Suchprofil, individuell, mit ErgebnisübersichtSuchprofil, individuell, mit Ergebnisübersicht
Abonnenten/Gäste
TED Online ZugangTED-DB Online Zugang
BfAI Online ZugangBfAI-DB Online Zugang
Anmeldung
Ausschreibung: TED - Alert, Leistungen/PreiseLeistungen/Preise, TED - Alert ab EUR 10,-/Monat
Ausschreibung: Anmeldung zu TED-AlertAnmeldung zu TED-Alert
Ausschreibung: Anmeldung zu BfAI-AlertAnmeldung zu BfAI-Alert
Info / Datenquellen / Datenbeschreibungen
Ausschreibung: Info zu TED-Alert und BfAI-AlertInfo TED-/BfAI-Alert
Ausschreibung: DatenbeschreibungDatenbeschreibung TED
Ausschreibung: CPV-Codes, Klassifizierung von Ausschreibungen in TED-DBTED-DB; CPV-Codes
Ausschreibung: SIC-Codes, Klassifizierung von Ausschreibungen in BfAI-DBBfAI-DB; SIC-Codes
Miscellaneous
Ausschreibung: VeröffentlichenAusschreibungen veröffentlichen
Ausschreibung: Integrieren Sie eine Ausschreibungsabfragen auf Ihrer Websitelink2us
RSS Feed 'Aktuelle Ausschreibungen / Auftragsbekanntmachungen    RSS Feed
    NewsReader Download
Ausschreibung: KontaktKontakt
Ausschreibung: DokumentenlieferserviceDokumentenlieferservice im Auftrag des AAVEG
Ausschreibung: LinksLinks
Ausschreibung: ImpressumImpressum
Ausschreibung: FirmenprofilFirmenprofil
   

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
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau