Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
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
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:
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.4.2)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