Contract notice

Information

Published

Date of dispatch of this notice: 14/01/2015

Expire date: 04/03/2015

External Reference: 2014-575499

TED Reference: 2015/S 011-013859

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Department of Agriculture, Food and the Marine
Marine Engineering Division, Reen Point, Blennerville
Tralee, Co. Kerry
IE
Contact point(s): Marine Engineering Division
For the attention of: Cormac O'Donoghue
Telephone: +353 667149340
E-mail: cormac.odonoghue@agriculture.gov.ie
Fax: +353 667128213
Internet address(es):
General address of the contracting authority: https://www.agriculture.gov.ie/
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/307
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83893&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83893&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
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)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Dredging and Disposal of Contaminated Material at Dunmore East Fishery Harbour Centre, Co. Waterford to a design dredge depth of -3.6m CD (-6.06m OD Malin)

II.1.2)

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

Works
    Execution
    Main site or location of works, place of delivery or of performance:

    Dunmore East Fishery Harbour Centre, Co. Waterford, Ireland

    NUTS code
    IRELAND
    II.1.3)

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

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The Department of Agriculture, Food and the Marine (DAFM) wish to appoint a suitably experienced Contractor to undertake dredging works at Dunmore East Fishery Harbour Centre (DEFHC), Co. Waterford. The works required are:

    1. Dredge DEFHC and approaches to a design dredge depth of -3.6m CD (-6.06m OD Malin) in accordance with the Works Requirements and contract drawings.

    2. Disposal of the dredged material at a suitable licensed disposal facility(s) taking into account the Site Information provided.

    II.1.6)

    Common procurement vocabulary (CPV)

    45241000   Harbour construction works
    45000000   Construction work
    45100000   Site preparation work
    45111200   Site preparation and clearance work
    45111212   Rock-removal work
    45112320   Land-reclamation work
    45112340   Soil-decontamination work
    45113000   Siteworks
    45200000   Works for complete or part construction and civil engineering work
    45220000   Engineering works and construction works
    45240000   Construction work for water projects
    45241400   Dock construction work
    45244000   Marine construction works
    71320000   Engineering design services
    71322000   Engineering design services for the construction of civil engineering works
    90520000   Radioactive-, toxic-, medical- and hazardous waste services
    90522000   Services relating to contaminated soil
    90522100   Removal of contaminated soil
    90522200   Disposal of contaminated soil
    90522300   Contaminated-soil treatment services
    90522400   Cleaning and treatment of soil
    45112300   Infill and land-reclamation work
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    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:

    The Department of Agriculture, Food and the Marine (DAFM) wish to appoint a suitably experienced Contractor to undertake dredging works at Dunmore East Fishery Harbour Centre (DEFHC), Co. Waterford, Ireland. The works required are:

    1. Dredge DEFHC and approaches to a design dredge depth of -3.6m CD (-6.06m OD Malin) in accordance with the Works Requirements and contract drawings.

    2. Disposal of the dredged material at a suitable licensed disposal facility(s) taking into account the Site Information provided.

    Chemical analysis has shown that most of the dredge material is contaminated with heavy metals and TBT and cannot be disposed of at sea. Disposal options may include, but are not limited to:

    • Disposal at a contaminated dredge spoil facility abroad (CDF);

    • Disposal at a suitable licensed landfill facility in Ireland;

    • Re-use of the material in construction and/or

    • Disposal in a containment location accessible by sea.

    Disposal of the material will include all works required to treat and/ or transport the material prior to disposal in accordance with current legislation and regulations. The Contractor will determine whether or not the material needs to be treated, as this will depend on the method of transport and/or disposal location chosen. The approximate quantity of material to be dredged is estimated to be 27,870m3 (for information only) This is the in-situ unbulked quantity not allowing for dredging tolerance. The date for completion of the works is 14 September 2015.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

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

    Duration of the contract or time limit for completion

    Starting  17. 04. 2015  Completion  14. 09. 2015

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Refer to the Tender Documents which are available to download.

    III.1.2)

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

    The project will be funded by the Department of Agriculture, Food and the Marine. For further information - refer to the Tender Documents which are available to download.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Refer to the Tender Documents which are available to download.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Refer to the Tender Documents which are available to download.

    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:

    Refer to the Tender Documents which are available to download, in particular the Suitability Questionnaires.

    III.2.2)

    Economic and financial ability

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

    Refer to the Tender Documents which are available to download, in particular the Suitability Questionnaires.

    Minimum level(s) of standards possibly required:

    Refer to the Tender Documents which are available to download, in particular the Suitability Questionnaires.

    III.2.3)

    Technical capacity

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

    Refer to the Tender Documents which are available to download, in particular the Suitability Questionnaires.

    Minimum level(s) of standards possibly required:

    Refer to the Tender Documents which are available to download, in particular the Suitability Questionnaires.

    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

    Open
    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.3.2)

    Previous publication(s) concerning the same contract

    Prior information notice
    Notice number in the OJEU: 2014/S 222-391617  of 18.11.2014
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 02.03.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    02.03.2015 - 12:00
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 180 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 02.03.2015 - 13:00
    Place: 

    Department of Agriculture, Food and the Marine,

    Marine Engineering Division,

    Reen Point, Blennerville, Tralee, Co. Kerry, Ireland

    Persons authorised to be present at the opening of tenders: no

    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    7  Dublin
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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

    The High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    7  Dublin
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie