Contract notice - utilities

Information

Published

Date of dispatch of this notice: 27/10/2016

Expire date: 30/11/2016

External Reference: 2016-145307

TED Reference: 2016/S 210-382174

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Engineering Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: David O'Sullivan
Telephone: +353 17034211
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.irishrail.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=104646&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for Heavy/General Haulage Services
Reference number:  6639
II.1.2)

Main CPV code

60100000  -  Road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann are seeking applications from suitably qualified and experienced companies to participate in a pre-qualification process to establish a multi-party Framework Agreement for Heavy/General Haulage Services. Scope of Works: The extent and details of IÉ’s requirements will vary from location to location, it is IÉ’s intention that mini tenders will be issued to members of the Framework Agreement on a job-by-job basis, and they will be awarded to the company submitting the most economically advantageous tender. Companies accepted onto the Framework will be expected to provide various types of transport vehicles including vehicles with crane/lifting equipment to carry all types of out of gauge, heavy or abnormal loads. This will involve the movement of equipment, parts etc., between IÉ deports and suppliers in Ireland and the UK.
II.1.5)

Estimated total value

Value excluding VAT: 1350000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
60112000  -  Public road transport services
60180000  -  Hire of goods-transport vehicles with driver
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann are seeking applications from suitably qualified and experienced companies to participate in a pre-qualification process to establish a multi-party Framework Agreement for Heavy/General Haulage Services.
This Framework Agreement will operate for a period of 3 years with the option to extend for an additional year.
Scope of Works:
The extent and details of IÉ’s requirements will vary from location to location, it is IÉ’s intention that mini tenders will be issued to members of the Framework Agreement on a job-by-job basis, and they will be awarded to the company submitting the most economically advantageous tender.
Companies accepted onto the Framework will be expected to provide various types of transport vehicles including vehicles with crane/lifting equipment to carry all types of out of gauge, heavy or abnormal loads. This will involve the movement of equipment, parts etc., between IÉ deports and suppliers in Ireland and the UK.
Load examples will include but are not limited to any of the following:
• Rail of various lengths [10; 12; 14; 18 on occasion 20metres]
• Pre-assembled track panels [up to 18metres and over 2.6metres wide]
• Timber and Concrete Sleepers
• Porta Cabins etc.,
• Rail Vehicle Bogies
• Mineral Ore / Ballast
• Other heavy / abnormal loads
IÉ’s full requirements are contained within a technical specification which will be issued to a shortlist of the most suitable companies following the pre-qualification process
Please refer to Section 5 of the PQQ Questionnaire for the Selection Criteria.
Please take time to read the content of this request carefully and to ensure that you provide all requested information by the specified closing date.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1350000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
To be advertised prior to the expiry date of this contract or earlier if required
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Must have current National/International Road Haulage Licence
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As specified in the attached Pre-Qualification Questionnaire attached to this call for competition
III.1.6)

Deposits and guarantees required

Not Applicable
III.1.7)

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

Not Applicable
III.1.8)

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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Documents to be issued with ITT

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  15
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/11/2016
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/12/2016
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
30
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, Four Courts, Inns Quay
Dublin
IE
Telephone: +353 18886511
Internet address: www.courts.ie

VI.5)

Date of dispatch of this notice

27/10/2016