Contract notice - utilities

Information

Published

Date of dispatch of this notice: 21/09/2015

Expire date: 04/11/2015

External Reference: 2015-726973

TED Reference: 2015/S 186-337492

Contract notice - utilities

Cached Version

Contract notice

Utilities

Directive 2004/17/EC

Works

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Ervia
N/A
P.O.Box 900, Webworks, Eglinton Street
Cork  Cork
IE
For the attention of: Tender Admin
Telephone: +353 214239083
E-mail: tenders@ervia.ie
Internet address(es):
General address of the contracting entity: http://www.ervia.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=92851&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:
Ervia
P.O.Box 900, Webworks, Eglinton Street
Cork  Cork
IE
For the attention of: Tender Admin
Telephone: +353 214239083
E-mail: tenders@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:

Inistioge Water Supply Scheme

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:

    South East Region

    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)

    The proposed works will include the upgrade of the supply to Grennan WTP with

    the installation of a new borehole to supplement the existing boreholes, an

    upgrade to Grennan WTP, installation of 17.62 Km of watermain from Grennan to

    the existing reservoir at Ballygub, Inistioge, installation of a new reservoir at

    Kilmacshane, Inistioge, installation of a booster pumping station at Kilcross,

    Inistioge and decommissioning of the existing intake and treatment plant at

    Ballygub WTP, together with associated ancillary works.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45221250   Underground work other than tunnels, shafts and subways
    Supplementary vocabulary
    45231100   General construction work for pipelines
    45231300   Construction work for water and sewage pipelines
    45232000   Ancillary works for pipelines and cables
    45232100   Ancillary works for water pipelines
    45232151   Water-main refurbishment construction work
    45232152   Pumping station construction work
    45240000   Construction work for water projects
    45247270   Reservoir construction works
    45317100   Electrical installation work of pumping equipment
    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 works to be undertaken under this Contract include the following:

    o The design, construction and commissioning of a new trunk and rising mains (approximate length 17.6km) and associated infrastructure

    o Watermain tie-ins

    o Installation and commissioning of a new borehole in the townland of Grennan

    o Installation of 4 new flow meter chambers

    o Installation of a 1300m3 new reservoir adjacent to an existing reservoir in the townland of Grennan.

    o Installation of a new Ultra Violet treatment kiosk adjacent to the existing building at Grennan

    o Upgrading of the existing chlorine dosing treatment system in an existing building at Grennan reservoir.

    o Installation of a new 560m3 reservoir in the townland of Kilmacshane, Inistioge.

    o Installation of Kilcross booster pumping station kiosk complete with duty/assist/standby pumps and associated pipework and control equipment

    o Decommissioning of existing fittings that serve no purpose after all works have been commissioned.

    o Decommissioning of existing Ballygub water treatment plant once the alternative source has been commissioned.

    o Upgrading of the existing booster pumping station in an existing structure at Woodstock Pumping Station, Inistioge.

    o Pumping of watermains where necessary to maintain the water distribution system during construction and commissioning works.

    o Connection of proposed watermain to existing network at various locations as shown on the PS Drawings.

    o Installation of watermains using both open trench and No-Dig techniques where indicated.

    o Crossing of services including bridges, culverts and landrains at locations throughout the works.

    o Crossing of River Nore at Inistioge Village by No-Dig technique as specified in the Natura Impact Statement

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

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 018 (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 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. 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 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

    15/070

    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: 26.10.2015 - 16:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    26.10.2015 - 17:00
    IV.3.5)

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

    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 tenders@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 26th October 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 tenders@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
    IE  Dublin 1
    IE
    Telephone: +00 35318886000
    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:

    Interested parties are referred to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2).

    VI.4.3)

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