Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/05/2016

Expire date: 05/07/2016

External Reference: 2016-813918

TED Reference: 2016/S 094-168754

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Irish Water
The Shared Services Procurement Manager, Ervia , P
Cork
Co.Cork
IE
Contact person: Tender Admin
Telephone: +353 214239083
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:  
http://etenders.gov.ie/
Additional information can be obtained from
the abovementioned address:  
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

Galway City Water Conservation Stage 3, Watermain Rehabilitation Works – Phase 1
Reference number:  16/090
II.1.2)

Main CPV code

44161200  -  Water mains
II.1.3)

Type of contract

Works
II.1.4)

Short description

Irish Water plan to undertake the rehabilitation of approximately 20km of existing watermains in Galway City, Ireland together with the transfer of approximately 2,400no. connections to the new main.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45232100  -  Ancillary works for water pipelines
45232150  -  Works related to water-distribution pipelines
45232151  -  Water-main refurbishment construction work
45240000  -  Construction work for water projects
65110000  -  Water distribution
65111000  -  Drinking-water distribution
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Galway City Water Conservation Stage 3 Watermain Rehabilitation Works Phase 1 will involve the following:
• Contractor design & construction of approximately 20km of new watermains to replace existing cast iron, asbestos cement, pvc, mdpe and lead watermains including all ancillary works;
• The watermains will range in diameter from 110mm OD (100mm DN) to 280mm OD (250mm DN);
• The transfer of approximately 2,400no. existing connections to the new main;
• Approximately 750no. of the existing connections are backyard services to be transferred to the new watermains to the front of the properties;
• Works will take place across and in close proximity to protected structures at several locations;
• Works will take place in close proximity to 2no. Special Areas of Conservation;
• Contaminated land may be encountered during the works;
• Very heavy traffic conditions are expected at several of the proposed works locations;
• It is expected that the use of trenchless techniques such as pipe bursting and horizontal directional drilling may be viable in certain areas, as well as open cut techniques in areas where trenchless techniques are not viable.
Further details of the scope of works and phasing of the works are included in the Pre-Qualification Questionnaire.
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: 15
This contract is subject to renewal: no
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

The prequalification questionnaire is available on etenders (http://etenders.gov.ie/).
All queries for clarification must be submitted via email for the attention of The Shared Services Procurement Manager to Tenders@ervia.ie .
The questionnaire must be completed and returned to the address in I.1. above not later than 12.00hrs Tuesday 21st June 2016.

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:  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.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 Irish Water 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. Irish Water 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 Irish Water considers appropriate.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/06/2016
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/06/2016
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.3)

Additional information

The prequalification questionnaire is available only on etenders (http://etenders.gov.ie/) please register your interest on etenders to access the documents.
All queries for clarification must be submitted via email for the attention of The Shared Services Procurement Manager to Tenders@ervia.ie
The completed questionnaire must be completed and returned to the address in I.1. above not later than 12.00hrs Tuesday 21st June 2016.
Please include the tender reference in all communications.
The Questionnaire will cover the financial, economic and technical capacity of candidates.
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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
High Court Central Office, Four Courts, Inns Quay,
Dublin 1
IE
Telephone: +00 35318886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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.5)

Date of dispatch of this notice

17/05/2016