Ireland-Cork: Wastewater treatment plant construction work
2018/S 217-497346
Contract notice – utilities
Works
Directive 2014/25/EU
Section I: Contracting entity
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
Section II: Object
Greater Dublin Drainage Project – Wastewater Treatment Plant and Abbotstown Pumping Station DBO Contract
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.
Co Dublin
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.
Anticipated operational period is up to a minimum of 15 years. The ITT will define the minimum operational period and the extension options.
Maximum of six (6) Applicants will be invited to tender, subject to receipt of satisfactory PQQ Responses and subject to meeting noted requirements.
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
Refer to tender documents.
Refer to tender documents.
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.
Refer to tender documents.
Section IV: Procedure
Section VI: Complementary 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.
High Court Central Office, Four Courts, Inns Quay, Dublin IE
Dublin
Ireland
Telephone: +35 318886000
E-mail: MjEzW1xaW1ZiaGVnVlhhZ2VUX2JZWVxWWDNWYmhlZ2YhXFg=
Internet address: http://www.courts.ie
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)).