Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/04/2018

Expire date: 31/05/2018

External Reference: 2018-037302

TED Reference: 2018/S 074-165447

Contract notice - utilities

Cached Version

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Irish Water
IE3191327JH
P.O. Box 900, Webworks, Eglinton Street
Cork
Co.Cork
IE
Contact person: Tender Admin
Telephone: +353 214239065
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:  
www.etenders.gov.ie
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
electronically via:  www.etenders.gov.ie
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

Cork City and Mallow Network Contracts
Reference number:  18/035
II.1.2)

Main CPV code

45232400  -  Sewer construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Irish Water is responsible for the treatment & distribution of drinking water & the provision of sewer collection systems in Cork City & Co .Lot 1: A number of Combined Sewer Overflows (CSOs) have been identified for removal from the sewer network in Mallow as they are currently in breach of the Urban Wastewater Treatment Directive & are the subject of an European Court of Justice (ECJ) infringement notice. The removal of these CSOs will necessitate new trunk sewers to be constructed within the town. Lot 2: As part of the implementation of a Water Conservation Project for the city, watermains in the network have been identified for rehabilitation. These include watermains that: Are not suitably responsive to active leakage control measures; Have water quality issues; Have reached the end of their service life; Have insufficient hydraulic capacity & are impacting on the efficient operation of the existing network. As per PQQ document.
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

Lot 1 - Mallow
Lot No:  1
II.2.2)

Additional CPV code(s)

44114220  -  Concrete pipes and fittings
44130000  -  Sewer mains
44131000  -  Sewage chambers
44163130  -  Sewer pipes
45111100  -  Demolition work
45112100  -  Trench-digging work
45231300  -  Construction work for water and sewage pipelines
45232100  -  Ancillary works for water pipelines
45232150  -  Works related to water-distribution pipelines
45232152  -  Pumping station construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
County Cork (Mallow and Cork City)
II.2.4)

Description of the procurement

Irish Water proposes to upgrade sections of the sewerage network in Mallow, County Cork to facilitate the removal of a number of Combined Sewer Overflows (CSOs) to the River Blackwater. •
Removal of 9 No. CSOs
• Design, Construction and Commissioning of new combined sewers and associated access manholes, total length approximately 5.5km (375mm - 1500mm diameter), installed using open cut techniques
• Trenchless construction of 35m of 450mm diameter sewer, 100m of 750mm diameter sewer at and 30 m of 1200mm diameter sewer
• Design, Construction and Commissioning of a 1400mm ID combined sewer beneath the bed of the River Blackwater for a length of approximately 60m installed via an open cut methodology
• Ancillary fittings and connections on above pipelines
• Maintenance of flows to existing pumping station until the completion of the contract or the commissioning of the new pumping station (by others)
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
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.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00hrs local time
Thursday 17th May 2018.
II.2)

Description

II.2.1)

Title

Lot 2 - Cork City
Lot No:  2
II.2.2)

Additional CPV code(s)

44114220  -  Concrete pipes and fittings
44130000  -  Sewer mains
44131000  -  Sewage chambers
44163130  -  Sewer pipes
45111100  -  Demolition work
45112100  -  Trench-digging work
45231300  -  Construction work for water and sewage pipelines
45232100  -  Ancillary works for water pipelines
45232150  -  Works related to water-distribution pipelines
45232152  -  Pumping station construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
County Cork (Mallow and Cork City)
II.2.4)

Description of the procurement

Cork City Watermain Rehabilitation – Eastern Strategic Link Phase 2 Contract
Irish Water proposes to replace the existing 450 mm diameter cast-iron water main between Shanakiel Reservoir and Popes Quay with a new 600mm diameter trunk water main, in order to increase its hydraulic capacity and performance and increase security of supply to the city centre. In conjunction with the proposed trunk main replacement, Irish Water proposes to replace selected elements of the existing distribution network that are in poor condition and/or exhibit poor performance.2.4 km of 600 mm diameter trunk water main between Mulgrave Road and Shanakiel Reservoir, including all valves, fittings and connections; 300 m of 150 mm diameter distribution water main at the North Mall including all valves, fittings, mains tie-ins and water service connections.
Cork City Water Supply Scheme (G) Network
(Western Trunk Main)
Irish Water proposes to lay a 600mm diameter trunk water main between the Cork Harbour and City Water Supply Scheme (WSS) at Curraheen and the Lee Road Water Treatment Plant (WTP) which supplies the Cork City WSS. This trunk main will provide a strategic link between the two water supplies to ensure security of supply and also reduce the current demand on the Lee Road WTP.
• 5.5 km of 600 mm diameter trunk watermain from Curraheen north of the N40, to the Lee Road Water Treatment Plant, including all valves, fittings and connections;
• Connection to 1500 mm diameter Cork Harbour and City trunk water main at Curraheen.
• Trenchless crossing of the River Lee.
Cork City Water Supply Scheme (G) Network
(Shanakiel Rising and Distribution Mains)
Irish Water proposes to replace the majority of the rising mains that supply the high, intermediate and low-level city reservoirs with a staged pumping system from the Lee Road WTP. In addition, it is proposed to replace three existing low-level distribution mains from Shanakiel reservoir with a single trunk main and provide an extension to the Western Trunk Main beyond the Lee Road WTP to connect it directly to the existing Shanakiel Reservoir’s trunk distribution network
.• 780 m of 1,000 mm diameter rising main, including all valves, fittings and connections;
• 300 m of 700 mm diameter trunk Main, including all valves, fittings and connections;
• 240 m of 600 mm diameter rising main, including all valves, fittings and connections;
• 480 m of 500 mm diameter trunk water main, including all valves, fittings and connections;
• 50 m of 450/400 mm diameter pipework at the new Harbour View Road pump station, including all valves, fittings and connections;
• A new pumping station at the Shanakiel Road low level reservoir, which will supply the Harbour View Road intermediate level reservoir.
• A new pumping station at the Harbour View Road intermediate level reservoir, which will supply the Churchfield high level reservoir.
• Upgrade of existing access to Shanakiel Reservoir to improve visibility of vehicles egressing the site.
• Demolition of an existing building.
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
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.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00hrs local time
Thursday 17th May 2018.

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:  Refer to 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.1.8)

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 the Contracting Entity 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. The Contracting Entity 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 the Contracting Entity considers appropriate.
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/05/2018
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.2)

Information about electronic workflows

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

Additional information

You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00hrs local time Thursday 17th May 2018.
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: 
Please refer 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)).