By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

C633 - Collection and Transportation of Water and Wastewater Samples.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Northern Ireland Water
Finance & Regulation, Westland House, Old Westland Road
For the attention of: Maria Bunting McGeown
BT14 6TE Belfast
UNITED KINGDOM
Telephone: +44 2890354657
E-mail:

Internet address(es):

General address of the contracting entity: www.niwater.com

Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Further information can be obtained from: The above mentioned contact point(s)

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
C633 - Collection and Transportation of Water and Wastewater Samples.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The Contract will involve the collection and delivery of all water/wastewater samples to/from specified sites at the specified frequency by accredited methods in accordance with the Drinking Water Inspectorate (DWI) & the Northern Ireland Environmental Agency (NIEA) requirements.
The contract will require provision of sampling services at a site (or sites) in an emergency situation in addition to the scheduled routine sampling activity e.g. a sampler being required to collect a number of samples at the same site over a period of time or during an incident. This additional sampling may be outside normal working hours.

Further information can be found in the tender documentation at: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

II.1.6)Common procurement vocabulary (CPV)

71900000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contract will involve the collection and delivery of all water/wastewater samples to/from specified sites at the specified frequency by accredited methods in accordance with the Drinking Water Inspectorate (DWI) and the Northern Ireland Environmental Agency (NIEA) requirements.
The contract will require provision of sampling services at a site (or sites) in an emergency situation in addition to the scheduled routine sampling activity e.g. a sampler being required to collect a number of samples at the same site over a period of time or during an incident. This additional sampling may be outside normal working hours.

Further information can be found in the tender documentation at: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Estimated value excluding VAT
Range: between 5 000 000 and 6 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
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: 31.1.2014 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
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:
19.12.2013