Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/01/2022

Expire date: 17/02/2022

External Reference: 2022-202057

TED Reference: 2022/S 015-036499

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 214239000
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=205322&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.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

21/041 - A National Multi-Supplier Framework for the Provision of Laboratory Services
Reference number:  21/041
II.1.2)

Main CPV code

71900000  -  Laboratory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Irish Water is seeking to establish a high quality sampling and/or analysis service to achieve efficiencies in all commercial laboratory contractual arrangements, to meet regulatory requirements, and to protect public health.
These services will be sub-divided into Two (2) Lots described below as Lot 1 and Lot 2.
Applicants may apply for one, some or all Lots.
For Lots 1 & 2 the successful tenderers may be allocated as “preferred supplier” for a Local Authority Area on the basis of their tenders and there may be a limit on the number of local Authority Areas for which a single supplier achieves preferred supplier status.
It is anticipated that Irish Water will enter into separate framework agreements for each of the following Lots:
Lot 1 - Potable Water Laboratory Testing Services
Lot 1 (a) - Cryptosporidium & Giardia Testing Services
Lot 2 - Waste Water Laboratory Testing Services
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 - Potable Water Laboratory Testing
Lot No:  1
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
ireland
II.2.4)

Description of the procurement

Irish Water requires a complete and fully accredited laboratory testing service for potable water for each individual Local Authority area
Irish Water require potable water laboratory testing services for the following sampling categories:
• Regulatory (i.e. Group A (Check) and Group B (Audit));
• Investigative;
• Operational;
• Emergency.
For each of the categories above, Irish Water may require a combination of Sampling and Testing services (i.e. taking the sample, transport to the supplier’s laboratory, analysis and reporting), a Collection and Testing service (i.e. collection of sample(s) from a designated collection point(s), transport to the supplier’s laboratory, analysis and reporting) and Testing Only (receipt of samples delivered to the suppliers laboratory analysis and reporting).
With regards to the Investigative, Operational, and Emergency categories, Irish Water may also require sampling and/or testing of raw water (i.e. ground water or surface water), and In-Process Water (i.e. samples taken from locations within the treatment process).
Additional Services may be procured through the course of the framework to facilitate various investigative activities including but not limited to the following areas of work:-
• Process Optimisation
• Process Proving / Commissioning
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: yes
Description of renewals:  
Renewal is for 12 months. Number of possible renewals is 3.
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

Submit through the eTenders system before deadline. The system will automatically lockdown at the exact time specified in PQQ documents. Tenders that are not fully uploaded by the response deadline will not be accepted by the system. Please submit via the eTenders system not later than 12:00 hrs local time on Thursday 17th February 2022. Help Guides: www.etenders.gov.ie/system-user-guides
II.2)

Description

II.2.1)

Title

Lot 1 (a) - Cryptosporidium & Giardia Testing Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
ireland
II.2.4)

Description of the procurement

Irish Water requires a complete and fully accredited laboratory testing service for Cryptosporidium & Giardia in potable water for each individual Local Authority area
Irish Water requires Cryptosporidium & Giardia potable water laboratory testing services for the following sampling categories:
• Operational;
• Emergency.
For each of the categories above, Irish Water may require a combination of sampling and testing services
• Sample & Test (taking the sample, transport to the supplier’s laboratory, analysis and reporting),
• Collect & Test (collection of sample(s) from a designated collection point(s), transport to the supplier’s laboratory, analysis and reporting).
• Testing Services (receipt of samples delivered to the suppliers laboratory analysis and reporting)
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: yes
Description of renewals:  
Renewal is for 12 months. Number of possible renewals is 3.
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

Submit through the eTenders system before the deadline. The system will automatically lockdown at the exact time specified in PQQ documents. Tenders that are not fully uploaded by the response deadline will not be accepted by the system. Please submit via the eTenders system not later than 12:00 hrs local time on Thursday 17th February 2022. Help Guides: www.etenders.gov.ie/system-user-guides
II.2)

Description

II.2.1)

Title

Lot 2 - Waste Water Laboratory Testing Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71620000  -  Analysis services
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
ireland
II.2.4)

Description of the procurement

Irish Water requires a complete and accredited laboratory testing service to meet the compliance (i.e. statutory and regulatory), investigative, operational, and emergency testing requirements for wastewater (influent and effluent), and ambient water (fresh water and coastal water), for each individual Local Authority Area.
Irish Water require waste water laboratory testing services for the following sample categories:
• Compliance (i.e. Regulatory and Statutory);
• Investigative;
• Operational;
• Emergency.
For each of the categories above, Irish Water may require a combination of Sampling and Testing services (i.e. taking the sample, transport to the supplier’s laboratory, analysis and reporting), a Collection and Testing service (i.e. collection of sample(s) from a designated collection point(s), transport to the supplier’s laboratory, analysis and reporting) and Testing Only (receipt of samples delivered to the suppliers laboratory analysis and reporting).
The applicant should also have the capability to undertake analysis of samples from saline waters.
Additional Services may be procured through the course of the framework to facilitate various investigative activities including but not limited to the following areas of work:-
• Process Optimisation
• Process Proving / Commissioning
• Flow and Load Surveys
• Sludge Testing
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: yes
Description of renewals:  
Renewal is for 12 months. Number of possible renewals is 3.
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

Submit through the eTenders system before the deadline. The system will automatically lockdown at the exact time specified in PQQ documents. Tenders that are not fully uploaded by the response deadline will not be accepted by the system. Please submit via the eTenders system not later than 12:00 hrs local time on Thursday 17th February 2022. Help Guides: www.etenders.gov.ie/system-user-guides

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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: N/A
III.1.6)

Deposits and guarantees required

N/A
III.1.7)

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

N/A
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

N/A

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 several operators
Envisaged maximum number of participants to the framework agreement:  10
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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 109-287908
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/02/2022
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 12:00 hrs local time Thursday 17th February 2022.
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.4.2)

Body responsible for mediation procedures

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)).
VI.4.4)

Service from which information about the review procedure may be obtained

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