loading
  • IE Cork
  • 27.02.2019
  • Ausschreibung
  • (ID 2-320439)

Greater Dublin Drainage Project – Wastewater Treatment Plant and Abbotstown Pumping Station DBO Contract


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.02.2019, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung
    Sprachen Englisch, Irisch
    Aufgabe
    The WwTP and Abbotstown Pumping Station are the subject of this competition and will be constructed utilising a design, build and operate contract. Within the WwTP site, a second pumping station is required to lift the incoming North Fringe Sewer (NFS) intercepting pipeline to the inlet works. Scope of works for this competition — Detailed design and construction and Operation of a WwTP with an initial capacity of 500 000 PE to treat a Dry Weather Flow (DWF) of 112 500 m3/day and a total sludge tonnage of the order of 17 000 Tonnes of Dry Solids (TDS)/year, including imported sludges as a regional sludge hub. The plant may be expanded at a later date up to a capacity of 800 000 PE and to treat a DWF of 180 000 m3/day and a total sludge tonnage of 27 000 TDS/year, This contract will incorporate civil and infrastructural elements to accommodate this expansion. Sludge Hub Centre (SHC) to be colocated on the same site as WwTP with a sludge handling and treatment capacity of 18 500 TDS/annum.As per the PQQ Doc.
    Leistungsumfang
    The WwTP and Abbotstown Pumping Station are the subject of this competition and will be constructed utilising a Design, Build and Operate (DBO) Contract. Within the WwTP site, a second pumping station is required to lift the incoming North Fringe Sewer (NFS) intercepting pipeline to the inlet works.
    Scope of works for this competition
    — detailed design and construction and operation of a WwTP with an initial capacity of 500 000 PE to treat a Dry Weather Flow (DWF) of 112 500 m3/day and a total sludge tonnage of the order of 17 000 Tonnes of Dry Solids (TDS)/year, including imported sludges as a regional sludge hub,
    — the plant may be expanded at a later date up to a capacity of 800 000 PE and to treat a DWF of 180 000 m3/day and a total sludge tonnage of 27 000 TDS/year, This contract will incorporate civil and infrastructural elements to accommodate this expansion,
    — Sludge Hub Centre (SHC) to be colocated on the same site as WwTP with a sludge handling and treatment capacity of 18 500 TDS/annum,
    — connection to North Fringe Sewer diversion at the site boundary to the WwTP, including on-site storage and pumping to inlet,
    — detailed design and construction of on-site renewable energy unit, (for purpose of Directive 2010/31/EU of the European Parliament and of the Council of 19.5.2010,
    — detailed design and construction and operation of Abbotstown pumping station at Blanchardstown with max. onward flow of 2 500 l/s for a static lift of 45 m into the Orbital Sewer via a rising main by others. This includes the design of the Mechanical, Electrical, Instrumentation, Controls and Automation (MEICA) equipment required for Abbotstown Pumping Station (2.5 m3/sec) and any hydraulic lift requirements within the WwTP site,
    — site access and all associated infrastructure works including but not limited to roads, drainage, utilities, landscaping, fencing, etc. and ancillary works relating to WWTP, Pumping station and general wastewater management activities,
    — 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,
    — interfaces with terrestrial pipeline contract by others at the WwTP and Abbotstown pumping station for orbital sewer and outfall connection points.
    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. 497346-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Cork: Wastewater treatment plant construction work

      2018/S 217-497346

      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: +21 4239065
      E-mail: MjE4YlNcUlNgYS5TYGRXTxxXUw==
      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 – Wastewater Treatment Plant and Abbotstown Pumping Station DBO Contract

      Reference number: 18/086
      II.1.2)Main CPV code
      45252127
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      The WwTP and Abbotstown Pumping Station are the subject of this competition and will be constructed utilising a design, build and operate contract. Within the WwTP site, a second pumping station is required to lift the incoming North Fringe Sewer (NFS) intercepting pipeline to the inlet works. Scope of works for this competition — Detailed design and construction and Operation of a WwTP with an initial capacity of 500 000 PE to treat a Dry Weather Flow (DWF) of 112 500 m3/day and a total sludge tonnage of the order of 17 000 Tonnes of Dry Solids (TDS)/year, including imported sludges as a regional sludge hub. The plant may be expanded at a later date up to a capacity of 800 000 PE and to treat a DWF of 180 000 m3/day and a total sludge tonnage of 27 000 TDS/year, This contract will incorporate civil and infrastructural elements to accommodate this expansion. Sludge Hub Centre (SHC) to be colocated on the same site as WwTP with a sludge handling and treatment capacity of 18 500 TDS/annum.As per the 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
      45232421
      45232422
      71320000
      71322000
      71334000
      90420000
      90481000
      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 WwTP and Abbotstown Pumping Station are the subject of this competition and will be constructed utilising a Design, Build and Operate (DBO) Contract. Within the WwTP site, a second pumping station is required to lift the incoming North Fringe Sewer (NFS) intercepting pipeline to the inlet works.

      Scope of works for this competition

      — detailed design and construction and operation of a WwTP with an initial capacity of 500 000 PE to treat a Dry Weather Flow (DWF) of 112 500 m3/day and a total sludge tonnage of the order of 17 000 Tonnes of Dry Solids (TDS)/year, including imported sludges as a regional sludge hub,

      — the plant may be expanded at a later date up to a capacity of 800 000 PE and to treat a DWF of 180 000 m3/day and a total sludge tonnage of 27 000 TDS/year, This contract will incorporate civil and infrastructural elements to accommodate this expansion,

      — Sludge Hub Centre (SHC) to be colocated on the same site as WwTP with a sludge handling and treatment capacity of 18 500 TDS/annum,

      — connection to North Fringe Sewer diversion at the site boundary to the WwTP, including on-site storage and pumping to inlet,

      — detailed design and construction of on-site renewable energy unit, (for purpose of Directive 2010/31/EU of the European Parliament and of the Council of 19.5.2010,

      — detailed design and construction and operation of Abbotstown pumping station at Blanchardstown with max. onward flow of 2 500 l/s for a static lift of 45 m into the Orbital Sewer via a rising main by others. This includes the design of the Mechanical, Electrical, Instrumentation, Controls and Automation (MEICA) equipment required for Abbotstown Pumping Station (2.5 m3/sec) and any hydraulic lift requirements within the WwTP site,

      — site access and all associated infrastructure works including but not limited to roads, drainage, utilities, landscaping, fencing, etc. and ancillary works relating to WWTP, Pumping station and general wastewater management activities,

      — 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,

      — interfaces with terrestrial pipeline contract by others at the WwTP and Abbotstown pumping station for orbital sewer and outfall connection points.

      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: 45
      This contract is subject to renewal: yes
      Description of renewals:

      Anticipated operational period is up to a minimum of 15 years. The ITT will define the minimum operational period and the extension options.

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 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 27.2.2019.

      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:
      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 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 150-345566
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 27/02/2019
      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 27.2.2019.

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      High Court Central Office, Four Courts, Inns Quay, Dublin IE
      Dublin
      Ireland
      Telephone: +35 318886000
      E-mail: MjEzW1xaW1ZiaGVnVlhhZ2VUX2JZWVxWWDNWYmhlZ2YhXFg=

      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 12.11.2018
Zuletzt aktualisiert 12.11.2018
Wettbewerbs-ID 2-320439 Status Kostenpflichtig
Seitenaufrufe 33