Lough Key Forest Park Jetty & Breakwater.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: Technical services
Attn: Deirdre Donnelly
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Fax +44 2866346257

Internet address(es)

General address of the contracting authority http://www.waterwaysireland.org

Address of the buyer profile http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01654

Further information can be obtained at: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: Technical services
Attn: Deirdre Donnelly
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: Technical services
Attn: Deirdre Donnelly
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

Tenders or requests to participate must be sent to: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: Technical services
Attn: Deirdre Donnelly
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Other North-South Public Body
Other Inland Waterways

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Lough Key Forest Park Jetty & Breakwater.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery Lough Key Forest Park, Co. Roscommon.

NUTS code IE01

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Design, supply, delivery and installation of floating mooring units and breakwater for lough Key Forest Park.

Note: to register your interest in this notice and obtain any additional information please visit the eTenders Web Site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=245013.

II.1.6)Common procurement vocabulary (CPV)

45244200, 45243200

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 29.7.2011. Completion 28.10.2011

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Floating pontoon/walkway units
1)SHORT DESCRIPTION
The contract shall include for the design, supply, delivery and installation of floating pontoon/walkway units to Lough Key Forest Park.
2)COMMON PROCUREMENT VOCABULARY (CPV)

45244200

3)QUANTITY OR SCOPE
222 m x 3.0 m wide floating mooring units
5 nr. Floating finger units 9 m x 1.2 m wide
5 nr. Floating finger units 10.5 m x 1.2 m wide
2 nr. 14 m x 1.2 m access gangways
Installation of service bollards.
2 nr. oil spill kits
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Breakwater
1)SHORT DESCRIPTION
The contract shall include for the design, supply, delivery and installation of breakwater units to Lough Key Forest Park.
2)COMMON PROCUREMENT VOCABULARY (CPV)

45243200, 45244200

3)QUANTITY OR SCOPE
1 nr. 14 m x 1.2 m access gangways
1 no. 3 m wide access platform
100 m x 3.0 - 4.0 m wide floating breakwater
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Combined lot
1)SHORT DESCRIPTION
Combined lot to include lot 1 & lot 2.
2)COMMON PROCUREMENT VOCABULARY (CPV)

45244200, 45243200

3)QUANTITY OR SCOPE
Combined lot to include lot 1 & lot 2.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
As per contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
As per contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As per contract documents.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
As per contract documents.
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law or of the relevant State in which the economic operator is established.
As per contract documents.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As per contract documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
As per contract documents.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
AA234
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 1.7.2011
IV.3.4)Time-limit for receipt of tenders or requests to participate
8.7.2011 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
(ET Ref:245013).
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
2.6.2011