Ausschreibung: Bauleistungen im Hochbau - IRL-Claremorris Bauleistungen im Hochbau Bau von Polizeirevieren Abbruch von Gebäuden sowie allgemeine Abbruch- und Erdbewegungsarbeiten Bauarbeiten für Wasser- und Abwasserrohrleitungen Bau von Tiefgaragen Dokument Nr...: 363390-2010 (ID: 2010120804092619121) Veröffentlicht: 08.12.2010 * BEKANNTMACHUNG Bauleistung ABSCHNITT I: ÖFFENTLICHER AUFTRAGGEBER I.1) NAME, ADRESSEN UND KONTAKTSTELLE(N) Office of Public Works Unit 20, Lakeside Retail Park, Co Mayo Kontakt: Project Management Services z. H. Padraic Campbell Claremorris IRLAND Tel. +353 16476625 E-Mail: padraic.campbell@opw.ie Fax +353 949373395 Internet-Adresse(n) Hauptadresse des Auftraggebers http://www.opw.ie Adresse des Beschafferprofils http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01615 Weitere Auskünfte erteilen: Office of Public Works Unit 20, Lakeside Retail Park, Co. Mayo Kontakt: Project Management Services z. H. Padraic Campbell Claremorris IRLAND Tel. +353 16476625 E-Mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie Verdingungs-/Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) sind erhältlich bei: Office of Public Works Unit 20, Lakeside Retail Park, Co. Mayo Kontakt: Project Management Services z. H. Padraic Campbell Claremorris IRLAND Tel. +353 16476625 E-Mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie Angebote/Teilnahmeanträge sind zu richten an: Office of Public Works Unit 20, Lakeside Retail Park, Co Mayo Kontakt: Project Management Services z. H. Padraic Campbell Claremorris IRLAND Tel. +353 16476625 E-Mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie ABSCHNITT II: AUFTRAGSGEGENSTAND II.1) BESCHREIBUNG II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV) 45210000, 45216111, 45110000, 45231300, 45223310 Beschreibung Bauleistungen im Hochbau. Bau von Polizeirevieren. Abbruch von Gebäuden sowie allgemeine Abbruch- und Erdbewegungsarbeiten. Bauarbeiten für Wasser- und Abwasserrohrleitungen. Bau von Tiefgaragen. ABSCHNITT IV: VERFAHREN IV.3) VERWALTUNGSINFORMATIONEN IV.3.4) Schlusstermin für den Eingang der Angebote bzw. Teilnahmeanträge 14.1.2011 - 12:00 IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können Englisch. OT: CONTRACT NOTICE Works SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Office of Public Works Unit 20, Lakeside Retail Park, Co Mayo Contact: Project Management Services Attn: Padraic Campbell Claremorris IRELAND Tel. +353 16476625 E-mail: padraic.campbell@opw.ie Fax +353 949373395 Internet address(es) General address of the contracting authority http://www.opw.ie Address of the buyer profile http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01615 Further information can be obtained at: Office of Public Works Unit 20, Lakeside Retail Park, Co. Mayo Contact: Project Management Services Attn: Padraic Campbell Claremorris IRELAND Tel. +353 16476625 E-mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Office of Public Works Unit 20, Lakeside Retail Park, Co. Mayo Contact: Project Management Services Attn: Padraic Campbell Claremorris IRELAND Tel. +353 16476625 E-mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie Tenders or requests to participate must be sent to: Office of Public Works Unit 20, Lakeside Retail Park, Co Mayo Contact: Project Management Services Attn: Padraic Campbell Claremorris IRELAND Tel. +353 16476625 E-mail: padraic.campbell@opw.ie Fax +353 949373395 Internet: http://www.opw.ie I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES Ministry or any other national or federal authority, including their regional or local sub-divisions Other Government Office with responsibility for State Property SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) Title attributed to the contract by the contracting authority Garda regional and divisional headquarters, Dublin Road, Galway. II.1.2) Type of contract and location of works, place of delivery or of performance Works Execution Main site or location of works Dublin Road, Galway, Ireland. NUTS code IE013 II.1.3) The notice involves A public contract II.1.5) Short description of the contract or purchase(s) The Commissioners of Public Works are seeking applications from experienced building contractors who wish to be considered for inclusion on a panel from which tenders will be invited for the construction of a new Garda Regional and Divisional Headquarters on a greenfield site Dublin Road, Galway. Please see the pre-qualification documents on the e-tenders website. A separate notice has been transmitted for mechanical, electrical and lift specialists. Note: To register your interest in this notice and obtain any additional information please visit the eTenders web site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=145752. II.1.6) Common procurement vocabulary (CPV) 45210000, 45216111, 45110000, 45231300, 45223310 II.1.7) Contract covered by the Government Procurement Agreement (GPA) Yes II.1.8) Division into lots No II.1.9) Variants will be accepted No II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope The construction of a new Garda Regional and Divisional Headquarters on a greenfield site, that will provide vital Garda infrastructure for city policing. The 5 storey (over basement) building steps down to a single storey (over basement) to the rear of the site. Basement level car parking and secure landscaped courtyards to be provided. The entire building area is 12 000 sq.m. This includes the basement level at 4 000 sq.m and the upper plant rooms. II.2.2) Options No II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Duration in months: 24 (from the award of the contract) SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.4) Other particular conditions to which the performance of the contract is subject No III.2) CONDITIONS FOR PARTICIPATION III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent; (2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process; (3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession; (4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession; (5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register; (6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process; (7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation; (8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law or of the relevant State in which the candidate is established; (9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law or of the relevant State in which the economic operator is established. III.2.2) Economic and financial capacity Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank; (2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance; (3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice; (4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business. III.2.3) Technical capacity Information and formalities necessary for evaluating if requirements are met: (1) A statement of the candidate''s average annual number of staff and managerial staff over the previous 3 years; (2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract; (3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures; (4) A statement of the candidate''s technical facilities; measures for ensuring quality; and their study and research facilities; (5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate; (6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract; (7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed. SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of procedure Restricted IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 5 maximum number 8 IV.2) AWARD CRITERIA IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) An electronic auction will be used No IV.3) ADMINISTRATIVE INFORMATION IV.3.4) Time-limit for receipt of tenders or requests to participate 14.1.2011 - 12:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates 14.2.2011 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. SECTION VI: COMPLEMENTARY INFORMATION VI.3) ADDITIONAL INFORMATION Applicants should note that it will be a condition for the award of any contract that the successful tenderer and sub-contractors produce a valid C2 Certificate or Tax Clearance Certificate and to contribute to an approved Operative Pension and Sick Pay Scheme. The Office of Public Works is subject to the provisions of the Freedom of Information (FOI) Acts, 1997 and 2003. If candidates consider that any of the information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. In such cases, the relevant material will, in response to FOI requests, be examined in the light of exemptions provided by the Acts. Pre-qualification documents need to downloaded from the e-tenders website, completed and submitted to the Contracting Authority. One hard copy of the pre-qualification documentation to be submitted to the Contracting Authority. Appendices A, A1, B1, B2, B3, C1, C3, C4, D, E, F, G, H and supplement 3.4.1 and 3.4.2 to be completed. It should be noted that applicants may be asked to clarify aspects or supply additional material after the closing date. Specialists will be selected by the Contracting Authority as stated in section 1.7 of document QW1 - suitability assessment questionnaire works contractor. They will be prequalified separately from the works contractor and separate notices have been transmitted for each of the specialists who will need to complete suitability assessment questionnaire ID QW3 and the relevant appendices. (ET Ref:145752) VI.5) DATE OF DISPATCH OF THIS NOTICE: 3.12.2010 -------------------------------------------------------------------------------- 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