Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
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
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Ringsend WwTP Retrofit Contract Stage 1.
Reference number: 16/283
II.1.2)Main CPV code
45252127
II.1.3)Type of contract
Works
II.1.4)Short description:
Ringsend Wastewater Treatment Plant (WwTP) treats most of the wastewater arising in the Greater Dublin Area. Irish Water is inviting tenders for a contract which will comprise the upgrading and retrofitting of between 8 and 11 of the upper deck tanks, and an aerobic granular sludge (AGS) biological treatment process (the Works) for which the Contracting Entity has already procured the proprietary Nereda® process.
Please refer to the PQQ for further details.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45000000
45111000
45223500
45232421
71322000
71334000
71620000
90481000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Ringsend Wastewater Treatment Plant (WwTP) treats most of the wastewater arising in the Greater Dublin Area. Irish Water is inviting tenders for a contract which will comprise the upgrading and retrofitting of between 8 and 11 of the upper deck tanks, and an aerobic granular sludge (AGS) biological treatment process (the Works) for which the Contracting Entity has already procured the proprietary Nereda® process
The Works are located within the existing operational Ringsend WwTP and will involve substantial interfaces with the existing facilities and the incumbent WwTP operator. For operational reasons, the incumbent WwTP operator will be responsible for undertaking some works at the interface points.
The Works are expected to include some of the following particular elements of work:
— Decommissioning of the existing SBR tanks;
— The provision of new internal buffer tanks;
— The reconfiguration and structural alteration at the main feed centre cores;
— The design, installation and commissioning of new internal equipment;
— Upgrade of electrical supply and electrical panels;
— Upgrading of the air supply;
— Upgrading of the Instrumentation, Control and Automation.
The successful tenderer may also be required to assume responsibility for the operation and maintenance of the Works from commencement of trial operation (of any part of the Works) until a period after the successful conclusion of trial operation of the whole of the Works. The Contracting Entity also reserves the right to extend the operation period for a limited period post the successful completion of the initial 6 months operation phase.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 40
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Maximum of six (6) Applicants will be invited to tender, where the minimum requirements are demonstrated.
If there is more than 1 Applicant ranked at sixth place, all the sixth placed Applicants will be invited to tender.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
A pre-qualification questionnaire will be available to all candidates who register an expression of interest via eTenders. Please submit all queries via email for the attention of The Shared Services Procurement Manager to MTlLXGVbXGlqN1xpbWBYJWBc The questionnaire must be completed and returned to the address in I.1. above not later than 12:00 Wednesday 12.4.2017.
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
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.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 1 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:
III.2.3)Information about staff responsible for the performance of the contract
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 17/04/2017
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)
IV.2.7)Conditions for opening of tenders
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.3)Additional information:
A pre-qualification questionnaire will be available to all candidates who register an expression of interest via eTenders. 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 12:00 Wednesday 12.4.2017. 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 please email MjExaVpjWVpnaDVaZ2teViNeWg==.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
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)).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/02/2017