Provision of Replacement Watermain and Extension of Existing Group Water Scheme

The Client requires the installation of approximately 2.3km of new 100mm Diameter watermain and approximately 1.1Km of 63mm watermain which will extend existing group water scheme. Connection to be made to existing 110mm diameter watermain, including all valves and associated connections and fittings. Installation of Boundary Boxes and fittings to …

CPV: 45220000 Engineering works and construction works, 45232450 Drainage construction works, 45100000 Site preparation work, 45231000 Construction work for pipelines, communication and power lines, 45231110 Pipelaying construction work, 45231100 General construction work for pipelines, 45232100 Ancillary works for water pipelines, 45232151 Water-main refurbishment construction work, 45232451 Drainage and surface works
Deadline:
March 15, 2025, midnight
Deadline type:
Submitting a bid
Place of execution:
Provision of Replacement Watermain and Extension of Existing Group Water Scheme
Awarding body:
Dunlewey Group Water Scheme Co-Operative Society Ltd.
Award number:
0

1. Buyer

1.1 Buyer

Official name : Dunlewey Group Water Scheme Co-Operative Society Ltd.
Legal type of the buyer : Organisation awarding a contract subsidised by a local authority
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Provision of Replacement Watermain and Extension of Existing Group Water Scheme
Description : The Client requires the installation of approximately 2.3km of new 100mm Diameter watermain and approximately 1.1Km of 63mm watermain which will extend existing group water scheme. Connection to be made to existing 110mm diameter watermain, including all valves and associated connections and fittings. Installation of Boundary Boxes and fittings to supply existing dwellings. Installation of Bulk Meters and Fire Hydrants. All Pipework to be Polyethylene (PE) as per Irish water standards. All works to be carried out in accordance with Irish Water Code of Practice for Water Infrastructure and Water Infrastructure Standard Details, unless otherwise agreed.
Procedure identifier : 5a5aa9ea-64a7-4334-abd0-29101e7830a0
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45232450 Drainage construction works
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45232151 Water-main refurbishment construction work
Additional classification ( cpv ): 45232451 Drainage and surface works

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 250 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Replacement Watermain and Extension of Existing Group Water Scheme
Description : The Client requires the installation of approximately 2.3km of new 100mm Diameter watermain and approximately 1.1Km of 63mm watermain which will extend existing group water scheme. Connection to be made to existing 110mm diameter watermain, including all valves and associated connections and fittings. Installation of Boundary Boxes and fittings to supply existing dwellings. Installation of Bulk Meters and Fire Hydrants. All Pipework to be Polyethylene (PE) as per Irish water standards. All works to be carried out in accordance with Irish Water Code of Practice for Water Infrastructure and Water Infrastructure Standard Details, unless otherwise agreed.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45232450 Drainage construction works
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45232151 Water-main refurbishment construction work
Additional classification ( cpv ): 45232451 Drainage and surface works

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information : Dunlewey

5.1.3 Estimated duration

Other duration : Unknown

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Works to be carried out in most environmentally Procedure possible
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria
Innovative objective : The procured works, supplies, or services entail process innovation

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 15/03/2025 00:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 15/03/2025 00:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Dunlewey Group Water Scheme Co-Operative Society Ltd. -
Organisation providing more information on the review procedures : Dunlewey Group Water Scheme Co-Operative Society Ltd. -
Organisation receiving requests to participate : Dunlewey Group Water Scheme Co-Operative Society Ltd. -
Organisation processing tenders : Dunlewey Group Water Scheme Co-Operative Society Ltd. -

8. Organisations

8.1 ORG-0001

Official name : Dunlewey Group Water Scheme Co-Operative Society Ltd.
Registration number : 5930R
Postal address : Dunlewey
Town : Letterkenny
Postcode : F93RXF4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0873871885
Internet address : http://dunleweygws.com
Buyer profile : http://dunleweygws.com
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 91c9e379-84fc-4144-a53d-168af278346b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/02/2025 12:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00125854-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025