Contract notice

Information

Published

Date of dispatch of this notice: 18/05/2017

Expire date: 19/06/2017

External Reference: 2017-152403

TED Reference: 2017/S 097-191304

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterways Ireland
2 Sligo Road
Co. Fermanagh
Enniskillen
IE
Contact person: Mary Doherty
Telephone: +44 2866346226
NUTS code:  IE -  IRELAND
Internet address(es):
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=111360&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Management, Maintenance and Development of Inland Navigable Waterways

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Puddle & Filler Clay Framework 2017
Reference number:  Puddle & Filler Clay Framework
II.1.2)

Main CPV code

14221000  -  Clay
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Framework for the supply of Puddle Clay & Filler Clay to
Waterways Ireland
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Puddle Clay Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

14200000  -  Sand and clay
II.2.3)

Place of performance

NUTS code:  IE022 -  Mid-East
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Eastern Region
II.2.4)

Description of the procurement

Framework for the supply of Puddle Clay to Waterways
Ireland Eastern Region
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: no
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)

Description

II.2.1)

Title

Filler Clay Framework
Lot No:  2
II.2.2)

Additional CPV code(s)

14200000  -  Sand and clay
II.2.3)

Place of performance

NUTS code:  IE022 -  Mid-East
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Eastern Region
II.2.4)

Description of the procurement

Framework for the supply of Filler Clay to Waterways
Ireland Eastern Region
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
(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) 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.
(6) 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
(7) 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.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/06/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/06/2017
Local time:  15:00
Place:  
Enniskillen

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Waterways Ireland does not undertake to accept the lowest or any tender and reserves the right to accept any tender either completely or in part. Waterways Ireland reserves the right to use more than one supplier.
Tenderers MUST therefore supply the information outlined below in order to enable the Purchaser to assess the suitability of the Tenderer:
a) Details of previous contracts of a similar nature, to include, client name, contract value, contract description and contract performance. Contact details of three referees who may be contacted on a confidential basis (Appendix 3).
b) By submitting a tender a Tenderer shall be deemed to be making a representation of fact that none of the exclusion criteria set down in Article 17 of the Directive applies to him. To this end, tenderers are required to complete, sign and return the Declaration of Bona Fides in Appendix 1.
c) As supply under this contract will require entry upon lands and premises belonging to Waterways Ireland it is a condition that suppliers meet with all health, safety and insurance requirements by including
i. Copy of current company Health & Safety Statement.
ii. Evidence of relevant insurances – please complete the Waterways Ireland Insurance Checking Form as required.
VI.4)

Procedures for review

VI.4.1)

Review body

Waterways Ireland
2 Sligo Road
Enniskillen
BT74 7JY
IE
Telephone: +44 02866346226

VI.5)

Date of dispatch of this notice

18/05/2017