loading
  • IE Cork
  • 06.03.2019
  • Ausschreibung
  • (ID 2-320287)

Greater Dublin Drainage Project – Terrestrial Pipelines DB Contract


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.03.2019, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 6
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Objektplanung Ver-/ Entsorgung / Bodenmechanik, Erd-/ Grundbau
    Sprachen Englisch, Irisch
    Aufgabe
    The Scope of Works includes for the design, build, testing and commissioning of the following:
    — orbital sewer from Blanchardstown, Dublin 15 in the NW of Dublin to the WwTP at Clonshagh (approximately 13,8 km),
    —— approx. 1 km length of gravity pipeline through Connolly hospital installed using trenchless techniques (1 800 mm internal dia., c. 10 m depth),
    —— approximately 5,4 km length of 1 400 mm dia. rising main,
    —— approximately 7,4 km length of 1 800 mm dia. gravity pipeline,
    — live connection of Catchment 9C to Orbital Sewer at Blanchardstown, including transferring flows from Leixlip,
    — interface and connection with wastewater treatment plant and Abbotstown pumping station for orbital sewer and outfall connection points,
    — interface and connection with marine outfall contract at Baldoyle Bay,
    — interception of existing sewers and provision of future connection points along Orbital Sewer pipeline route (As per PQQ Doc).
    Leistungsumfang
    The terrestrial pipelines (orbital sewer and land based outfall) are the subject of this competition and will be constructed utilising a Design and Build (DB) Contract.
    Scope of works for this competition.
    The Scope of Works includes for the design, build, testing and commissioning of the following:-
    — orbital sewer from Blanchardstown, Dublin 15 in the NW of Dublin to the WwTP at Clonshagh (approximately 13,8 km)
    —— approx. 1 km length of gravity pipeline through Connolly hospital installed using trenchless techniques (1 800 mm internal dia., c. 10 m depth),
    —— approximately 5,4 km length of 1 400 mm dia. rising main,
    —— approximately 7,4 km length of 1 800 mm dia. gravity pipeline,
    — live connection of Catchment 9C to Orbital Sewer at Blanchardstown, including transferring flows from Leixlip,
    — interface and connection with wastewater treatment plant and Abbotstown pumping station for orbital sewer and outfall connection points,
    — interface and connection with marine outfall contract at Baldoyle Bay,
    — interception of existing sewers and provision of future connection points along Orbital Sewer pipeline route,
    — interception of the existing live North Fringe Sewer and approximately 600 m of 1 500 mm dia. gravity pipeline to the WwTP site boundary using trenchless techniques,
    — approximately 5,4 km length of 1 800 mm dia. pressurised gravity outfall pipeline from WwTP at Clonshagh to Baldoyle Bay,
    — trenchless crossings along pipeline route including, but not limited to Dublin-Belfast railway, Baldoyle Bay, M1 motorway, N2 national primary road and other roads and rivers,
    — shafts, chambers, manholes, valves, access routes and ancillary works as required,
    — crossing of all utility services along pipeline route,
    — all designs, as-builts and updated models using BIM,
    — ancillary works relating to the design and construction of the terrestrial pipelines; carrying out roles of Designer, Project Supervisor Design Process, Project Supervisor Construction Stage and Contractor as per the Safety, Health and Welfare at Work (Construction) Regulations 2013.
    The information provided herein is preliminary only and will be superseded by the Invitation to Tender (ITT). Such information is offered in good faith for the guidance of Applicants, but no warranty or representation is given as to the accuracy or completeness of any of it, and the Contracting Entity and its advisers shall not be under any liability for any error, misstatement or omission. None of the information shall constitute a contract or part of a contract. The Contracting Entity does not make any guarantee in regard to any contract award and/or the volume or value of works to be procured and reserves the right not to follow up this PQQ in any way, and no expense incurred by any person in responding to this PQQ will be reimbursed.
    Adresse des Bauherren IE-Cork
    TED Dokumenten-Nr. 494918-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Cork: Construction work for water and sewage pipelines

      2018/S 216-494918

      Contract notice – utilities

      Works

      Legal Basis:

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Irish Water
      IE3191327JH
      Tender Administration, PO Box 900, Webworks, Eglinton Street, Ervia
      Cork
      Co.Cork
      Ireland
      Contact person: Tender Admin
      Telephone: +353 214239291
      E-mail: MjIwYFFaUFFeXyxRXmJVTRpVUQ==
      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 electronically via: www.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:

      Greater Dublin Drainage Project – Terrestrial Pipelines DB Contract

      Reference number: 18/087
      II.1.2)Main CPV code
      45231300
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      The Scope of Works includes for the design, build, testing and commissioning of the following:

      — orbital sewer from Blanchardstown, Dublin 15 in the NW of Dublin to the WwTP at Clonshagh (approximately 13,8 km),

      —— approx. 1 km length of gravity pipeline through Connolly hospital installed using trenchless techniques (1 800 mm internal dia., c. 10 m depth),

      —— approximately 5,4 km length of 1 400 mm dia. rising main,

      —— approximately 7,4 km length of 1 800 mm dia. gravity pipeline,

      — live connection of Catchment 9C to Orbital Sewer at Blanchardstown, including transferring flows from Leixlip,

      — interface and connection with wastewater treatment plant and Abbotstown pumping station for orbital sewer and outfall connection points,

      — interface and connection with marine outfall contract at Baldoyle Bay,

      — interception of existing sewers and provision of future connection points along Orbital Sewer pipeline route (As per PQQ Doc).

      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
      45221247
      45232440
      71320000
      71322000
      71322200
      71332000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

      Co Dublin

      II.2.4)Description of the procurement:

      The terrestrial pipelines (orbital sewer and land based outfall) are the subject of this competition and will be constructed utilising a Design and Build (DB) Contract.

      Scope of works for this competition.

      The Scope of Works includes for the design, build, testing and commissioning of the following:-

      — orbital sewer from Blanchardstown, Dublin 15 in the NW of Dublin to the WwTP at Clonshagh (approximately 13,8 km)

      —— approx. 1 km length of gravity pipeline through Connolly hospital installed using trenchless techniques (1 800 mm internal dia., c. 10 m depth),

      —— approximately 5,4 km length of 1 400 mm dia. rising main,

      —— approximately 7,4 km length of 1 800 mm dia. gravity pipeline,

      — live connection of Catchment 9C to Orbital Sewer at Blanchardstown, including transferring flows from Leixlip,

      — interface and connection with wastewater treatment plant and Abbotstown pumping station for orbital sewer and outfall connection points,

      — interface and connection with marine outfall contract at Baldoyle Bay,

      — interception of existing sewers and provision of future connection points along Orbital Sewer pipeline route,

      — interception of the existing live North Fringe Sewer and approximately 600 m of 1 500 mm dia. gravity pipeline to the WwTP site boundary using trenchless techniques,

      — approximately 5,4 km length of 1 800 mm dia. pressurised gravity outfall pipeline from WwTP at Clonshagh to Baldoyle Bay,

      — trenchless crossings along pipeline route including, but not limited to Dublin-Belfast railway, Baldoyle Bay, M1 motorway, N2 national primary road and other roads and rivers,

      — shafts, chambers, manholes, valves, access routes and ancillary works as required,

      — crossing of all utility services along pipeline route,

      — all designs, as-builts and updated models using BIM,

      — ancillary works relating to the design and construction of the terrestrial pipelines; carrying out roles of Designer, Project Supervisor Design Process, Project Supervisor Construction Stage and Contractor as per the Safety, Health and Welfare at Work (Construction) Regulations 2013.

      The information provided herein is preliminary only and will be superseded by the Invitation to Tender (ITT). Such information is offered in good faith for the guidance of Applicants, but no warranty or representation is given as to the accuracy or completeness of any of it, and the Contracting Entity and its advisers shall not be under any liability for any error, misstatement or omission. None of the information shall constitute a contract or part of a contract. The Contracting Entity does not make any guarantee in regard to any contract award and/or the volume or value of works to be procured and reserves the right not to follow up this PQQ in any way, and no expense incurred by any person in responding to this PQQ will be reimbursed.

      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: 30
      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, subject to receipt of satisfactory PQQ Responses and subject to meeting noted requirements.

      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

      You must submit through the eTenders system before the deadline. The submission deadline is strict and no submissions will be possible after the date and time

      Specified in the PQQ documents. Please note that all tenders are electronic, as such no paper copies will be accepted or read. Please submit via the eTenders system not later than 12:00 local time Wednesday 6.3.2019.

      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
      List and brief description of rules and criteria:

      Refer to tender documents.

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

      N/A

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

      N/A

      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 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:

      Refer to tender documents.

      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: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2018/S 149-342854
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 06/03/2019
      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
      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 invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

      You must submit through the eTenders system before the deadline. The submission deadline is strict and no submissions will be possible after the date and time specified in the PQQ documents. Please note that all tenders are electronic, as such no paper copies will be accepted or read. Please submit via the eTenders system not later than 12:00 local time Wednesday 6.3.2019.

      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: 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:
      07/11/2018
    © 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 09.11.2018
Zuletzt aktualisiert 09.11.2018
Wettbewerbs-ID 2-320287 Status Kostenpflichtig
Seitenaufrufe 34