loading
  • IE Cork
  • 11.04.2018
  • Ausschreibung
  • (ID 2-292736)

Multi Supplier Framework for Pumps and Associated Works


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.04.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprachen Englisch, Irisch
    Aufgabe
    The multi-supplier framework will be established on a national basis and subdivided into 2 separate Lots detailed below:
    Lot 1: The Supply and Delivery of pumps, parts and accessories to Irish Water, with sublots.
    Lot 2: The Supply and Installation of pumps, parts and ancillary items for Irish Water with sublots.
    Leistungsumfang
    The responsibilities of the successful Tenderers on Lot 2 will include the provision of all works and services associated with the following:
    — upgrading, replacing or providing pumping equipment,
    — upgrading, replacing or providing accessories associated with pumping equipment,
    — testing, commissioning and certification of the works,
    — measurement and verification of energy efficiency improvements,
    — all ancillary civil engineering works associated with the primary works.
    Adresse des Bauherren IE-Cork
    TED Dokumenten-Nr. 72716-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Cork: Pumps

      2018/S 033-072716

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Irish Water
      IE3191327JH
      The Shared Services Procurement Manager, Ervia, P
      Cork
      Co.Cork
      Ireland
      Contact person: Tender Admin
      Telephone: +353 214239291
      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 electronically via: http://etenders.gov.ie/
      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:

       

      Multi Supplier Framework for Pumps and Associated Works

       

      Reference number: 17/083
      II.1.2)Main CPV code
      42122000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The multi-supplier framework will be established on a national basis and subdivided into 2 separate Lots detailed below:

      Lot 1: The Supply and Delivery of pumps, parts and accessories to Irish Water, with sublots.

      Lot 2: The Supply and Installation of pumps, parts and ancillary items for Irish Water with sublots.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      The Supply and Delivery of pumps, parts and accessories to Irish Water.

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      42122130
      42122200
      42122220
      42122230
      42122430
      42122440
      42122480
      42122510
      43134100
      45317100
      45350000
      45351000
      51100000
      71321000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Lot 1 on the framework will provide for the supply and delivery of pumps, parts and accessories. Lot 1 is further divided into a number of sublots as follows:

      a) wet well submersible pump(s);

      b) dry well submersible pumps(s);

      c) borehole/well pump(s);

      d) macerator pump(s);

      e) positive displacement/dosing pump(s);

      f) end suction pump(s);

      g) multistage & booster.

      Lot 1 Tenderers shall be required to provide rates for pump accessories and pipework as part of their Tender.

       

      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: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      2 annual options to extend for a further 1 year period.

       

      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

       

      Documents are available to all candidates who register their interest through eTenders. All queries for clarification must be submitted via email to MTRwYWpgYW5vPGFucmVdKmVh

      The tender must be completed and returned to the address detailed in the attached.

      Document not later than (12:00) 11.4.2018.

       

      II.2)Description
      II.2.1)Title:

       

      The Supply and Installation of Pumps, Parts and Ancillary items for Irish Water.

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      42122130
      42122200
      42122220
      42122230
      42122430
      42122440
      42122480
      42122510
      43134100
      45317100
      45350000
      45351000
      51100000
      71321000
      II.2.3)Place of performance
      NUTS code: IE
      II.2.4)Description of the procurement:

       

      The responsibilities of the successful Tenderers on Lot 2 will include the provision of all works and services associated with the following:

      — upgrading, replacing or providing pumping equipment,

      — upgrading, replacing or providing accessories associated with pumping equipment,

      — testing, commissioning and certification of the works,

      — measurement and verification of energy efficiency improvements,

      — all ancillary civil engineering works associated with the primary works.

       

      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: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      2 annual options to extend for a further 1 year period.

       

      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

       

      Documents are available to all candidates who register their interest through eTenders. All queries for clarification must be submitted via email to MThsXWZcXWprOF1qbmFZJmFd

      The tender must be completed and returned to the address detailed in the attached document not later than (12:00) 11.4.2018.

       

      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:

       

      Refer to tender documents.

       

      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 one member of the group as a main contractor with a number of subcontractors or on any other basis as the Contracting Entity considers appropriate.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 45
      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: 2017/S 189-387713
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 11/04/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 9 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 11/04/2018
      Local time: 12:00

      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:

       

      Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email to MjEzZ1hhV1hlZjNYZWlcVCFcWA==

      The tender must be completed and returned to the address detailed in the attached document not later than (12:00) 11.4.2018.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      Ireland
      Telephone: +35 318886000
      E-mail: 
      MjE4VldVVlFdY2BiUVNcYmBPWl1UVFdRUy5RXWNgYmEcV1M=

      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:
      14/02/2018
    © 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 16.02.2018
Zuletzt aktualisiert 16.02.2018
Wettbewerbs-ID 2-292736 Status Kostenpflichtig
Seitenaufrufe 50