Contract notice

Information

Published

Date of dispatch of this notice: 04/01/2023

Expire date: 10/02/2023

External Reference: 2023-249047

TED Reference: 2023/S 006-012518

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterways Ireland
N/A
2 Sligo Road
Enniskillen
Co. Fermanagh
IE
Contact person: Debbie Thompson
Telephone: +44 2866323004
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=231476&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

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for the Provision of Asset Inspection Related Services for Waterways Ireland
II.1.2)

Main CPV code

71600000  -  Technical testing, analysis and consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Waterways Ireland is establishing multi-operator Framework Agreement(s) for the procurement of Asset Inspection Related Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required.
The Framework(s) will be for Asset Inspection Related Services as outlined below;
• Lot 1 – Asset Inspections
• Lot 2 – Dive Surveys
Tenderers may apply to one or all lots, if deemed eligible. Tenderers should note that each lot will result in a separate Framework Agreement, and eligibility for membership of each lot will be evaluated separately.
Each Tenderer is limited to submitting one Tender in his own capacity and one Tender as part of a onsortium/group of undertakings for each lot.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  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

Framework for the Provision of Asset Inspection Related Services for Waterways Ireland
Lot No:  1
II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71315400  -  Building-inspection services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71631300  -  Technical building-inspection services
71631400  -  Technical inspection services of engineering structures
71631420  -  Maritime safety inspection services
71631450  -  Bridge-inspection services
71631460  -  Dam-inspection services
71631480  -  Road-inspection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Waterways Ireland is establishing multi-operator Framework Agreement(s) for the procurement of Asset Inspection Related Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required.
The Framework(s) will be for Asset Inspection Related Services as outlined below;
• Lot 1 – Asset Inspections
• Lot 2 – Dive Surveys
Tenderers may apply to one or all lots, if deemed eligible. Tenderers should note that each lot will result in a separate Framework Agreement, and eligibility for membership of each lot will be evaluated separately.
Each Tenderer is limited to submitting one Tender in his own capacity and one Tender as part of a onsortium/group of undertakings for each lot.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The duration of the Framework(s) will be for two (2) years, with the Contracting Authority
reserving the right to extend the Framework(s) for a period or periods of up to one year
thereafter with a maximum of two such extensions.
The duration of each Framework will not exceed four (4) years in aggregate.
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

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

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:  10
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:  03/02/2023
Local time:  15:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  03/02/2023
Local time:  15:00

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

Waterways Ireland
Enniskillen
UK