loading
  • IE Cork
  • 12.04.2017
  • Ausschreibung
  • (ID 2-257159)

Ringsend WwTP Retrofit Contract Stage 1


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.04.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 6
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Technische Ausrüstung / Objektplanung Ver-/ Entsorgung
    Sprachen Englisch, Irisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren IE-Cork
    TED Dokumenten-Nr. 69284-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Cork: Wastewater treatment plant construction work

      2017/S 038-069284

      Contract notice – utilities

      Works

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Irish Water
      IE3191327JH
      Shared Services Procurement Manager, Ervia, PO Box 900, Webworks Cork, Eglinton Street, Co. Cork
      Cork
      Ireland
      Contact person: Tender Admin
      Telephone: +353 214239083
      E-mail: MjExaVpjWVpnaDVaZ2teViNeWg==
      NUTS code: IE

      Internet address(es):

      Main address: https://www.water.ie/

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/129496

      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
      I.6)Main activity
      Water

      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:

       

      Ringsend WwTP, Dublin.

       

      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
      Notice number in the OJ S: 2016/S 224-408648
      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.4.1)Review body
      The High Court
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      1
      Ireland
      Telephone: +35 318886000
      E-mail: MTNlZmRlYGxyb3FgYmtxb15pbGNjZmBiPWBscm9xcCtmYg==

      Internet address:http://www.courts.ie

      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 23.02.2017
Zuletzt aktualisiert 23.02.2017
Wettbewerbs-ID 2-257159 Status Kostenpflichtig
Seitenaufrufe 116