Contract notice - utilities

Information

Published

Date of dispatch of this notice: 05/03/2015

Expire date: 10/04/2015

External Reference: 2015-013584

TED Reference: 2015/S 048-084226

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Iarnrod Eireann-Irish Rail
N/A
Room 204, Director's House, Inchicore Railway Works, Inchicore
Inchicore  Dublin 8
IE
For the attention of: Gary Mander
Telephone: +353 17034334
E-mail: gary.mander@irishrail.ie
Fax: +353 18860567
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Railway services
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Traction Motor Overhaul and Repair Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    Dublin 8

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Iarnród Éireann (IÉ) are inviting companies to participate in a tender process to select an experienced company in the overhaul of rolling stock traction motors. IÉ have a requirement to overhaul approximately 80 armatures and 70 traction motors on an annual basis to support the maintenance function. Traction Motors requiring overhaul services consist of; General Motors EMD [Series D43 and D77/D78] Toshiba [SEA-384] GEC [G314]

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    16730000   Traction motors
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  yes
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Approximately 80 armatures and 70 traction motors on an annual basis. Contract duration of a maximum of 4 years. Contract to be awarded for a 3 year period with an option to extend by a further 1 year.

    Estimated cost excluding VAT
    Range: between  2000000  and 3000000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Contract to be awarded for a 3 year period with an option to extend by a further 1 year.

    Provisional timetable for recourse to these options:
    in months: 36 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  01. 09. 2015  Completion  30. 08. 2019

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Not Applicable

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Not Applicable

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping if successful must be prepared to contract as a single entity having joint and several liability with the members of the group. It will become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems relating to the contract.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    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 the requirements are met:

    Not Applicable

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    The economic and financial capacity of the entity must be established to the satisfaction of IE.

    Applicants will be invited to complete a questionnaire which seeks company details; information on similar contracts undertaken with value, dates, locations and contact names for reference etc; applicants may be requested to provide supporting information such as balance sheets for the past three financial years.

    III.2.3)

    Technical capacity

    The technical competence of the entity, its employees and processes must be established to the satisfaction of IE. Applicants will be invited to complete a questionnaire which seeks company details to establish the entity’s technical capacity.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    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)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    ME/5372/GM

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Time limit for receipt of requests for documents or for accessing documents: 10.04.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    10.04.2015 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: yes
    Estimated timing for further notices to be published:

    06/03/2019

    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Chief Registrar, Four Courts, Inns Quay
    Dublin
    IE
    Telephone: +353 18886000
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    The High Court
    Chief Registrar, Four Courts, Inns Quay
    Dublin
    Telephone: +353 18886000
    Internet address: