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