Contract notice - utilities

Information

Published

Date of dispatch of this notice: 16/05/2023

Expire date: 27/06/2023

External Reference: 2023-209976

TED Reference: 2023/S 096-297287

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Uisce Éireann
IE3191327JH
Tender Administration, PO Box 900, Webworks, Eglinton Street,
Cork
Co.Cork
IE
Contact person: Tender Admin
Telephone: +353 214239000
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: https://www.water.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

23/024 - Repair and maintenance of Service Reservoirs and Dams
Reference number:  23/024
II.1.2)

Main CPV code

45247200  -  Construction work for dams and similar fixed structures
II.1.3)

Type of contract

Works
II.1.4)

Short description

Please refer to the Pre-Qualification Document for the Scope of the Contract.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45111250  -  Ground investigation work
45112100  -  Trench-digging work
45112700  -  Landscaping work
45200000  -  Works for complete or part construction and civil engineering work
45231100  -  General construction work for pipelines
45231110  -  Pipelaying construction work
45231111  -  Pipeline lifting and relaying
45231112  -  Installation of pipe system
45231113  -  Pipeline relaying works
45231300  -  Construction work for water and sewage pipelines
45232100  -  Ancillary works for water pipelines
45232150  -  Works related to water-distribution pipelines
45232151  -  Water-main refurbishment construction work
45232153  -  Construction work for water towers
45232154  -  Construction work of elevated tanks for drinking water
45233200  -  Various surface works
45233226  -  Access road construction work
45247000  -  Construction work for dams, canals, irrigation channels and aqueducts
45247100  -  Construction work for waterways
45247210  -  Dam construction work
45247211  -  Dam wall construction work
45247212  -  Dam-reinforcement works
45247220  -  Weir construction work
45247270  -  Reservoir construction works
45262300  -  Concrete work
45262330  -  Concrete repair work
45262510  -  Stonework
45262600  -  Miscellaneous special-trade construction work
45453100  -  Refurbishment work
45454100  -  Restoration work
50514200  -  Repair and maintenance services of reservoirs
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

UÉ require Contractors to undertake across Ireland:
• Internal and/or External cleaning of Service Reservoirs, Water Towers and Clean Water Tanks.
• Internal and/or External repairs of Service Reservoirs, Water Towers and Clean Water Tanks.
• Repair and installation of new or replacement pipework fittings and valves associated with Service Reservoirs, Water Towers and Clean Water Tanks and Dams including working in confined spaces.
• Installation of access covers, handrailing and ladders.
• Installation of access gates, fencing and signage.
• Above ground inspections and surveys working near/or in open water
• Underwater inspections and surveys working in open water.
• Above ground repair works including but not limited to concrete repairs, valve repairs/replacement, spindle installation, penstocks, concrete spillways etc.
• Underwater repair works eg. Concrete repairs, valve repairs/replacement, spindle installation, penstocks, concrete spillways etc.
• Concrete coring/cutting eg. Weir cutting etc.
• Miscellaneous ground works to include access road, towpaths, drainage etc.
• Work in or near designated sites eg. SPA’s
• Vegetation and site clearance
• Ecology surveys incl. AA Screening, Bat surveys, tree surveys, Invasive Species survey etc.
• Invasive Species Management
• Undertake PSDP & PSCS roles
• Any ancillary works associated with Service Reservoirs, Water Towers and Clean Water Tanks and Dams.
There will be 3 regions:
• North West Region
• East Midlands Region
• Southern Region
Any Contractor can be appointed to a maximum of 2 regions.
This framework will also facilitate the use of contractors from another region to complete works in certain circumstances.
Please refer to the Pre-Qualification Document for the Scope of the Contract.
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: 30000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 8
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will be established for a term of forty eight (48) months with an option to extend by four 12 month periods up to a maximum cumulative term of ninety six (96) months, at the sole discretion of Uisce Éireann.
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:  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

To be confirmed at Tender 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 several operators
Envisaged maximum number of participants to the framework agreement:  6
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: 2023/S 055-164023
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/06/2023
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 : 12  (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.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)).