Contract notice

Information

Published

Date of dispatch of this notice: 13/07/2020

Expire date: 18/08/2020

External Reference: 2020-286128

TED Reference: 2020/S 136-335024

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Commissioners of Irish Lights
N/A
Harbour Road
Dublin
Dun Laoghaire Co Dub
IE
Contact person: Zachary Colman-Hoskins
Telephone: +353 12715400
Internet address(es):
Main address: www.irishlights.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=170288&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

Regional or local agency/office
I.5)

Main activity

Other activity:  General Lighthouse Authority

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Removal of Mercury from Lighthouses around the Island of Ireland
Reference number:  Lighthouse Mercury Removals
II.1.2)

Main CPV code

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Mercury is a toxic substance and, despite the many years of reliable service, there is increasing European and International legislation restricting its use, storage and transport. There is no other liquid medium currently available to replace mercury. Accordingly, alternative solutions are designed on a station by station basis to provide the required visual Aid to Navigation.
Over the next 6 years, Irish Lights will be carrying out engineering upgrade works to a number of high profile land or island based stations, most of which are designated as Listed Buildings in Northern Ireland or Protected Structures in the Republic of Ireland. As part of the engineering upgrade works, the mercury will be removed from the existing optic installations and will be replaced by a mechanical bearing to provide an alternative rotation mechanism. Only the liquid mercury will be removed and the remaining apparatus will be retained unchanged.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24311310  -  Mercury
90500000  -  Refuse and waste related services
II.2.4)

Description of the procurement

Irish Lights, along with the other lighthouse authorities around the world, have used mercury to rotate large revolving Fresnel lenses in lighthouse applications since the late 1800s. The system provided a near frictionless environment for the rotation of these large lenses. Mercury is a toxic substance and, despite the many years of reliable service, there is increasing European and International legislation restricting its use, storage and transport. While there is no immediate statutory requirement to remove mercury from lighthouses, it has been Irish Lights’ policy for a number of years that where major re-engineering capital projects are being carried out at lighthouses, the opportunity is taken to remove mercury from these installations. There is no other liquid medium currently available to replace mercury. Accordingly, alternative solutions are designed on a station by station basis to provide the required visual Aid to Navigation.
Irish Lights undertook a project to trial a mechanical slew bearing solution using a redundant lens at Tory Island lighthouse, commencing in 2015. The lens at this lighthouse is a biform (two-tier) hyper-radial lens, one of the largest in service. The trial was carried out over a number of years to ensure reliable operation of the bearing solution. The success of this trial led to the re-establishment of the light utilising the existing Fresnel lens.
Over the next 6 years, Irish Lights will be carrying out engineering upgrade works to a number of high profile land or island based stations, most of which are designated as Listed Buildings in Northern Ireland or Protected Structures in the Republic of Ireland. As part of the engineering upgrade works, the mercury will be removed from the existing optic installations and will be replaced by a mechanical bearing to provide an alternative rotation mechanism. Only the liquid mercury will be removed and the remaining apparatus will be retained unchanged.
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

Start: 28/09/2020  /  End: 30/09/2027
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.1.1)

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

List and brief description of conditions:  As stated in the procurement 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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  13/08/2020
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 : 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.4)

Procedures for review

VI.4.1)

Review body

Commissioners of Irish Lights
Harbour Road
Dublin
A96 H00
IE
Telephone: +353 12715400
Internet address: www.irishlights.ie