Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/03/2016

Expire date: 11/04/2016

External Reference: 2016-784901

TED Reference: 2016/S 046-076930

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Supplies

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Ervia
N/A
P.O.Box 900, Webworks, Eglinton Street
Cork  Cork
IE
For the attention of: Tender Admin
Telephone: +353 214239083
E-mail: tenders@ervia.ie
Internet address(es):
General address of the contracting entity: http://www.ervia.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/376
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96953&B=ETENDERS_SIMPLE
Further information can be obtained from:
Ervia
P.O.Box 900, Webworks, Eglinton Street
Cork  Cork
IE
For the attention of: Tender Admin
Telephone: +353 214239083
E-mail: tenders@ervia.ie
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Production, transport and distribution of gas and heat
  • Water
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

16/003 - Multi-Supplier Framework for the Provision of Boundary Boxes for Water Meters

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Cork

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 3
    Duration of the framework agreement
    Duration in months: 48
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    II.1.5)

    Short description of the contract or purchase(s)

    A Multi-Supplier Framework Agreement containing Two Lots, with a number of

    competent manufacturing entities.

    Lot 1 – Supply of Boundary Boxes for Water Meters with Grade C Covers

    Lot 2 – Supply of Boundary Boxes for Water Meters with Grade B Covers

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    44423720   Boundary boxes
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Information about lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    A Multi-Supplier Framework Agreement containing Two Lots, with a number of competent manufacturing entities whose responsibility would include the following minimum requirements:

    (Note: There is no limit to the number of lots that Applicants may apply for.)

    Lot 1

    Supply of Boundary Boxes for water meters with Grade C Covers and the provision of associated services and after sales support. A total supply of approximately 500,000 units will be required to be supplied over a period of four years, with up to an estimated approximate supply of 200,000 units during each year. The Boundary Boxes to be supplied will contain a concentric manifold, suitable for seating meter sizes from DN15 to DN25. Products supplied should have WRAS approval, or equivalent, and be compliant with BS5834 and WIS 4-37-01, or equivalent.

    Lot 2

    Supply of Boundary Boxes for water meters with Grade B Covers and the provision of associated services and after sales support. A total supply of approximately 10,000 units will be required to be supplied over a period of four years, with up to an estimated approximate supply of 35,000 units during each year. The Boundary Boxes to be supplied will contain a concentric manifold, suitable for seating meter sizes from DN15 to DN25. Products supplied should have WRAS approval, or equivalent, and be compliant with BS5834 and WIS 4-37-01, or equivalent.

    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    This contract is for a period of 4 years with two (2) options to extend by a period of twelve (12) months annually.

    Provisional timetable for recourse to these options:
    in months: 12 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Lot 1 – Supply of Boundary Boxes for Water Meters with Grade C Covers
    1)

    Short description:

    Supply of Boundary Boxes for water meters with

    Grade C Covers and the provision of associated

    services and after sales support.

    Please refer to the

    Pre-Qualification Questionnaire for further details.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    44423720   Boundary boxes
    3)

    Quantity or scope:

    Supply of Boundary Boxes for water meters with Grade C Covers and the provision of associated services and after sales support. A total supply of approximately 500,000 units will be required to be supplied over a period of four years, with up to an estimated approximate supply of 200,000 units during each year. The Boundary Boxes to be supplied will contain a concentric manifold, suitable for seating meter sizes from DN15 to DN25. Products supplied should have WRAS approval, or equivalent, and be compliant with BS5834 and WIS 4-37-01, or equivalent.

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot 2 – Supply of Boundary Boxes for Water Meters with Grade B Covers
    1)

    Short description:

    Supply of Boundary Boxes for water meters with

    Grade B Covers and the provision of associated

    services and after sales support. Please refer to the

    Pre-Qualification Questionnaire for further details.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    44423720   Boundary boxes
    3)

    Quantity or scope:

    Supply of Boundary Boxes for water meters with Grade B Covers and the provision of associated services and after sales support. A total supply of approximately 10,000 units will be required to be supplied over a period of four years, with up to an estimated approximate supply of 35,000 units during each year. The Boundary Boxes to be supplied will contain a concentric manifold, suitable for seating meter sizes from DN15 to DN25. Products supplied should have WRAS approval, or equivalent, and be compliant with BS5834 and WIS 4-37-01, or equivalent.

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As per contract documents.

    III.1.2)

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

    As per contract documents.

    III.1.3)

    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 Ervia 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. Ervia 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 Ervia considers appropriate.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    If any of the conditions set out in Regulation 53(1) of The European Communities (Award of Public Authorities Contract) Regulations apply to the applicant, the applicant will be excluded from the competition.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    A full description of candidates’ required economics and financial capacity will be set out in the Pre-Qualification Questionnaire.

    III.2.3)

    Technical capacity

    A full description of candidates’ required technical capacity will be set out in the Pre-Qualification Questionnaire.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    16/003

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Time limit for receipt of requests for documents or for accessing documents: 11.04.2016 - 09:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    11.04.2016 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    Other: 

    Gaeilge

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    A pre-qualification questionnaire will be issued to all candidates who respond to this notice. Expressions of interest should be addressed in writing and sent via email for the attention of The Shared Services Procurement Manager to tenders@ervia.ie .

    The Questionnaire will cover the financial, economic and technical capacity of candidates. The questionnaire must be completed and returned to the address in I.1. above not later than 12.00hrs Tuesday 5th April 2016. The responses will be used to assist in drawing up a tender list. This process may also include interviews with candidates. The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure.

    To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register to this tender by email to tenders@ervia.ie

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    High Court Central Office, Four Courts, Inns Quay,
    Dublin 1
    IE
    Telephone: +00 35318886000
    E-mail: highcourtcentraloffice@courts.ie
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Interested parties are referred 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.4.3)

    Service from which information about the lodging of appeals may be obtained