Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/05/2020

Expire date: 03/06/2020

External Reference: 2020-274449

TED Reference: 2020/S 096-230481

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Irish Water
IE3191327JH
Tender Administration, PO Box 900, Webworks, Eglinton Street, Ervia
Cork
Co.Cork
IE
Contact person: Tender Admin
Telephone: +353 214239065
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

20/007 - Trade Effluent Education, Licensing and Inspection Services
Reference number:  20/007
II.1.2)

Main CPV code

90700000  -  Environmental services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Effluent Education, Licensing and Inspection Services, primarily in relation to low risk industries such as Food Service Establishments (FSE’s),
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

80540000  -  Environmental training services
90500000  -  Refuse and waste related services
90710000  -  Environmental management
90713000  -  Environmental issues consultancy services
90714000  -  Environmental auditing
90714100  -  Environmental information systems
90714300  -  Sectoral environmental auditing services
90714500  -  Environmental quality control services
90720000  -  Environmental protection
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Effluent Education, Licensing and Inspection Services, primarily in relation to low risk industries such as Food Service Establishments (FSE’s), as follows:
Work with Irish Water to implement a risk based national programme to undertake inspections of premises to determine compliance with section 16 of the Local Government (Water Pollution) Act 1977, as amended. and associated regulations and best practice trade effluent management.
Provide best practice education and training to trade effluent producers on their responsibilities in relation to section 16 of the Local Government (Water Pollution) Act 1977, as amended and associated regulations.
Provide a team of personnel with appropriate experience in the field of environmental inspection and auditing to inspect the premises of customers discharging trade effluent to sewers.
Carry out inspections of premises on the programme to determine compliance with to section 16 of the Local Government (Water Pollution) Act 1977, as amended and associated regulations.
Take samples of trade effluent on premises for analysis and deliver to designated laboratory, as required.
provide a suitable IT system to manage and track appointments and the results of the site visit / inspection.
Record reports, notes, correspondence, photos and sample results on electronic database.
Undertake rregular reporting as agreed by Irish Water including a comprehensive annual report.
Provide statement preparation and expert witness services, as required.
Ensure the highest level of customer care in relation to interactions with customers, in compliance with the Irish Water Customer Handbook.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
Option to extend for a further 1 year plus 1 year
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Up to 5 to ITT
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 12:00 hrs local time Wednesday 3rd June 2020.

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 tender 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.2.2)

Contract performance conditions

KPI will be issued at ITT Stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 014-029461
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/06/2020
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 : 36  (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 12:00 hrs local time Wednesday 3rd June 2020.
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)).