Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/04/2015

Expire date: 25/05/2015

External Reference: 2015-834670

TED Reference: 2015/S 081-144600

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Works

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Bord Gais Eireann/Ervia
N/A
PO Box 900, Webworks Cork, Eglinton Street
Co.Cork  Cork
IE
For the attention of: Janet Swayne
Telephone: +353 214239083
E-mail: Janet.Swayne@ervia.ie
Internet address(es):
General address of the contracting entity: http://www.bordgais.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/376
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87459&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Bord Gais Eireann/Ervia
PO Box 900, Webworks Cork, Eglinton Street
Co.Cork  Cork
IE
For the attention of: Janet Swayne
Telephone: +353 214239083
E-mail: Janet.Swayne@ervia.ie
Internet address:
I.2)

Main activity

  • Production, transport and distribution of gas and heat
  • Water
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Tubbercurry, Grange, Strandhill and Ballinafad Wastewater Treatment Plant Bundle DBO Contract

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
    Design and execution
    Main site or location of works, place of delivery or of performance:

    Sligo

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Irish Water plan to undertake the upgrade of the existing Tubbercurry, Grange, Strandhill and Ballinafad wastewater treatment plants (WwTP) and the Strandhill Pumping Station. Other works include the construction of a new combined sewer overflow (CSO) diversion and outfall discharge pipelines in Tubbercurry and associated ancillary works. There will also be a 2 year operational period and it is intended that the works will be implemented under a Design, Build and Operate (“DBO”) Contract.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45232421   Sewage treatment works
    Supplementary vocabulary
    45231300   Construction work for water and sewage pipelines
    45232411   Foul-water piping construction work
    45232423   Sewage pumping stations construction work
    45232424   Sewage outfall construction work
    45232431   Wastewater pumping station
    45232440   Construction work for sewage pipes
    45252127   Wastewater treatment plant construction work
    45311000   Electrical wiring and fitting work
    45315100   Electrical engineering installation works
    45351000   Mechanical engineering installation works
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The contract consists of inter alia the design, construction, commissioning, testing, operation and maintenance of the following:

    • Upgrade capacity of Tubbercurry , Grange, Ballinafad and Strandhill wastewater treatment plants;

    • Tubbercurry CSO diversion pipeline (approximately 700 m);

    • Tubbercurry treated effluent discharge outfall pipeline (approximately 4.5 km);

    • Upgrade of existing Strandhill wastewater pumping station.

    • Operation and maintenance of the works for a period of 2 years post construction with the option to extend for a further period of up to 3 years at the sole discretion of the Contracting Entity.

    The operation and maintenance of the works will include the operation and maintenance of the wastewater treatment plants together with associated works and may include the operation of outlying terminal pumping stations.

    The contract will include for the operation and maintenance of the existing treatment facilities through the construction stage until they are replaced by the upgraded facilities.

    Further details of the scope of works and phasing of the works are included in the Pre-Qualification Questionnaire.

    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    1 possible extension of the Operation Service for a further 3 years at the sole discretion of the Contracting Entity.

    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  1
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 36
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 039 (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:

    As per Contract Documents.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As per Contract Documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if Bord Gáis Éireann/Ervia considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. Bord Gáis Éireann/ Ervia also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as Bord Gáis Éireann/Ervia considers appropriate

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: 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 the requirements are met:

    If any of the conditions set out in Regulation 53(1) of The European Communities (Award of Public Authorities Contract) Regulations apply to the applicant, the applicant will be excluded from the competition.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    A full description of candidates’ required economics and financial capacity will be set out in the Pre-Qualification Questionnaire.

    III.2.3)

    Technical capacity

    A full description of candidates’ required technical capacity will be set out in the Pre-Qualification Questionnaire.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    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)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    15/028 - Tubbercurry, Grange, Strandhill and Ballinafad Wastewater Treatment Plant Bundle DBO Contract

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Time limit for receipt of requests for documents or for accessing documents: 25.05.2015 - 17:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    25.05.2015 - 17:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    Other: 

    Gaeilge

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    A pre-qualification questionnaire will be issued to all candidates who respond to this notice. Expressions of interest should be addressed in writing and sent via email for the attention of The Shared Services Procurement Manager to Janet.Swayne@ervia.ie

    The Questionnaire will cover the financial, economic and technical capacity of candidates. The questionnaire must be completed and returned to the address in I.1. above not later than 17.00hrs Monday 25th May 2015.

    The responses will be used to assist in drawing up a tender list. This process may also include interviews with candidates. The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure.

    To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register to this tender by email to Janet.Swayne@ervia.ie

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court,
    High Court Central Office, Four Courts, Inns Quay,
    Dublin1
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained