Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/07/2016

Expire date: 26/08/2016

External Reference: 2016-545525

TED Reference: 2016/S 141-255032

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Irish Water
IE3191327JH
The Shared Services Procurement Manager, Ervia , P
Cork
Co.Cork
IE
Contact person: Tender Admin
Telephone: +353 214239083
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.ervia.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=101238&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

16/167 - Blanchardstown Regional Drainage Scheme (BRDS) – 9C Sewer Duplication and Storage Contract
Reference number:  16/167
II.1.2)

Main CPV code

45231300  -  Construction work for water and sewage pipelines
II.1.3)

Type of contract

Works
II.1.4)

Short description

Irish Water plan to undertake the duplication of the existing 9C sewer and
associated storage as part of the Blanchardstown Regional Drainage Scheme
(BRDS) project. The planned works are necessary to ensure compliance with EU
Directives, Irish National Standards and Regulations relating to treated water for
human consumption.
It is intended that the works will be implemented under a Design Build (“DB”)
Contract with a 24 month Operation Service period with a possibility to extend to
48 months.
Further details are in the PQQ document.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

41120000  -  Non-drinking water
45221247  -  Tunnelling works
45231100  -  General construction work for pipelines
45232423  -  Sewage pumping stations construction work
45247270  -  Reservoir construction works
45315100  -  Electrical engineering installation works
45351000  -  Mechanical engineering installation works
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Irish Water plan to undertake the duplication of the existing 9C sewer and associated storage as part of the Blanchardstown Regional Drainage Scheme (BRDS) project. The planned works are required to cater for future domestic population growth and the full development of the Development Plans within the 9C catchment (including Fingal, Meath and Kildare areas).
The 9C-Trunk Sewer was constructed in the 1970s along the Tolka Valley to provide drainage for the planned towns of Blanchardstown, Mulhuddart and Castleknock. It connects into the Grand Canal Trunk Sewer (GCTS) at Dolphin Road via twin siphons under the River Liffey and flows are transferred to Dublin City’s Ringsend Wastewater Treatment Works for treatment prior to discharge to the Liffey Estuary.
Under the Greater Dublin Strategic Drainage Study (GDSDS) flow from the 9C to the Ringsend WwTW is to be limited to 2.7m3/s. This is the maximum flow that the twin Liffey Siphons can transfer to the Dublin City Council (DCC) Sewer. However, peak flow from the catchment is predicted to be greater than this. Storage is therefore required to balance peak flows due to the pass forward limit, and prevent uncontrolled spills to the Tolka. Off-line storage will be provided by constructing large underground tanks with pumps returning the stored flow to the existing pipeline once capacity becomes available.
The design philosophy for the 9C Duplication and Storage is to duplicate the 9C for a distance of approximately 3.2km from Parslickstown Bridge to the off-line storage tank adjacent to Mill Road, in Tolka Valley Park at Waterville. Based on the current modelling the storage capacity proposed for the tanks is approximately 30,000m3. The tank configuration is currently proposed as comprising four underground storage tanks, with approximate dimensions of 25 metre internal diameter and 30 metre depth.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend for 48 months
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Documents are available to all candidates who
register their interest through etenders. All queries
for clarification must be submitted via email to
Tenders@ervia.ie. The questionnaire must be
completed and returned to the address detailed in
the attached document not later than 12.00hrs
Friday 12th August 2016

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per PQQ Documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As per PQQ Documents
III.1.6)

Deposits and guarantees required

As per contract documents
III.1.7)

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

As per contract documents
III.1.8)

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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per contract documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2016/S 040-066049
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/08/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Documents are available to all candidates who register their interest through etenders. All queries for clarification must be submitted via email to Tenders@ervia.ie. The questionnaire must be completed and returned to the address detailed in the attached document not later than 12.00hrs Friday 12th August 2016.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
High Court Central Office, Four Courts, Inns Quay,
Dublin
IE
Telephone: +35 318886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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.5)

Date of dispatch of this notice

22/07/2016