loading
  • IE-T23 Cork, IE-F94 A0C Donegal
  • 25.04.2018
  • Ausschreibung
  • (ID 2-296103)

INTERREG SWELL WW consultancy services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.04.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Ver-/ Entsorgung / Technische Ausrüstung
    Sprachen Englisch, Irisch
    Aufgabe
    The Shared Waters Enhancement and Loughs Legacy (SWELL) project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body. The SWELL project’s aim is to improve the water quality, within the shared waters of Carlingford Lough and Lough Foyle. Through strategic catchment investigations and modelling, the SWELL project is planned to deliver optimised, sustainable capital upgrades to wastewater assets. Preliminary solutions have been identified including works at Omeath in County Louth, and Lifford, Killea and Castlefinn in County Donegal; these are known as the “Primary Sites”, where the locations having the greatest negative impact on water quality — in advance of assessments confirming this. “Reserve Sites” at Carlingford, Carrigans and Muff have also been identified; these are back-up locations should the primary sites not prove to qualify. Refer to ITT document.
    Leistungsumfang
    The Shared Waters Enhancement and Loughs Legacy (SWELL) project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body. The SWELL project’s aim is to improve the water quality, within the shared waters of Carlingford Lough and Lough Foyle. Through strategic catchment investigations and modelling, the SWELL project is planned to deliver optimised, sustainable capital opgrades to wastewater assets. Refer to ITT document.
    Adresse des Bauherren IE-T23 Cork
    Projektadresse IE-F94 A0C Donegal
    TED Dokumenten-Nr. 122630-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Cork: Consulting services for water-supply and waste-water other than for construction

      2018/S 055-122630

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Ervia
      IE3191327JH
      PO Box 900, Webworks, Eglinton Street
      Cork
      Co.Cork
      Ireland
      Contact person: Tender Admin
      Telephone: +353 214239506
      E-mail: MjE1ZVZfVVZjZDFWY2daUh9aVg==
      NUTS code: IE

      Internet address(es):

      Main address: http://www.ervia.ie

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

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.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:

       

      INTERREG SWELL WW consultancy services

       

      Reference number: 17/201
      II.1.2)Main CPV code
      90713100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Shared Waters Enhancement and Loughs Legacy (SWELL) project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body. The SWELL project’s aim is to improve the water quality, within the shared waters of Carlingford Lough and Lough Foyle. Through strategic catchment investigations and modelling, the SWELL project is planned to deliver optimised, sustainable capital upgrades to wastewater assets. Preliminary solutions have been identified including works at Omeath in County Louth, and Lifford, Killea and Castlefinn in County Donegal; these are known as the “Primary Sites”, where the locations having the greatest negative impact on water quality — in advance of assessments confirming this. “Reserve Sites” at Carlingford, Carrigans and Muff have also been identified; these are back-up locations should the primary sites not prove to qualify. Refer to ITT document.

       

      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)
      45252127
      71311000
      71311300
      71800000
      72242000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Louth and Donegal.

       

      II.2.4)Description of the procurement:

       

      The Shared Waters Enhancement and Loughs Legacy (SWELL) project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body. The SWELL project’s aim is to improve the water quality, within the shared waters of Carlingford Lough and Lough Foyle. Through strategic catchment investigations and modelling, the SWELL project is planned to deliver optimised, sustainable capital opgrades to wastewater assets. Refer to ITT document.

       

      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: 62
      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.2.12)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: yes
      Identification of the project: Swell Project
      II.2.14)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 MThsXWZcXWprOF1qbmFZJmFd

      The tender must be completed and returned to the address detailed in the attached document not later than 12:00 (local time) 25.4.2018.

       

      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
      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: yes
      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: 25/04/2018
      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: 8 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 25/04/2018
      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 MjExaVpjWVpnaDVaZ2teViNeWg==

      The tender must be completed and returned to the address detailed in the attached document not later than 12:00 (local time) 25.4.2018.

       

      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: MTRkZWNkX2txbnBfYWpwbl1oa2JiZV9hPF9rcW5wbyplYQ==

      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:
      16/03/2018
    © 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 20.03.2018
Zuletzt aktualisiert 20.03.2018
Wettbewerbs-ID 2-296103 Status Kostenpflichtig
Seitenaufrufe 62