Contract notice - utilities

Information

Published

Date of dispatch of this notice: 10/11/2016

Expire date: 09/12/2016

External Reference: 2016-738612

TED Reference: 2016/S 219-399581

Contract notice - utilities

Cached Version

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement Department, CIE Works,
Dublin 8
Inchicore
IE
Contact person: David O'Sullivan
Telephone: +353 17034211
Fax: +353 18860567
NUTS code:  IE -  IRELAND
Internet address(es):
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=104964&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

Supply of Workshop Consumables
Reference number:  5989
II.1.2)

Main CPV code

43800000  -  Workshop equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann (IE) has a 3 year requirement for a specialist company to provide engineering workshop consumables to its engineering facilities and operational offices nationwide.
The contract will cover the following product types (but not limited to);
1. Abrasives (sand-paper, grinding discs, cutting discs etc.)
2. Adhesives (glues, epoxy resin, mastics, sealants etc.)
3. Lubricants (anti-seize compounds, greases, WD40 etc.)
4. Batteries (AA, AAA, D, C etc.)
5. Hand tools (Shovels, Paint Brushes, Screwdrivers, Hammers and Knives etc.)
6. Miscellaneous (Torches, Cable Ties, Extension Leads, Padlocks etc.)
7. Drill Bits
The contract will require multiple low value orders on a daily and weekly basis and will also require regular site visits to a number of locations to insure that the requirements of the maintenance and operational staff are satisfactorily met.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09211000  -  Lubricating oils and lubricating agents
14810000  -  Abrasive products
24911200  -  Adhesives
31440000  -  Batteries
31521320  -  Torches
44322400  -  Cable fasteners
44512910  -  Drill bits
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann (IE) has a 3 year requirement for a specialist company to provide engineering workshop consumables to its engineering facilities and operational offices nationwide.
The locations covered by the contract will be (but not limited to),
a. Train maintenance facilities in Dublin, Cork, Limerick, Drogheda and Portlaoise.
b. Signalling maintenance facilities in Dublin, Mayo, Drogheda, Tipperary and Athlone.
c. Civil engineering facilities nationwide which are dispersed along the current railway infrastructure.
d. Train stations nationwide.
The contract will cover the following product types (but not limited to);
1. Abrasives (sand-paper, grinding discs, cutting discs etc.)
2. Adhesives (glues, epoxy resin, mastics, sealants etc.)
3. Lubricants (anti-seize compounds, greases, WD40 etc.)
4. Batteries (AA, AAA, D, C etc.)
5. Hand tools (shovels, paint brushes, screwdrivers, hammers and knives etc.)
6. Miscellaneous (torches, cable ties, extension leads, padlocks etc.)
7. Drill Bits (hole saws, rail drills/cutters)
The contract will require weekly site visits to a number of locations to insure that the requirements of the maintenance and operational staff are satisfactorily met.
This will involve the creation of an electronic catalogue which will be used to make the ordering process as easy as possible. IÉ will also be seeking a streamlined ordering and invoicing proposal which utilities best in class procurement systems technologies in order to significantly reduce the cost of procurement.
The successful company will also be required to attend regular contract review meetings, report on a monthly basis to procurement as part of a KPI programme, develop an on-going cost reduction strategy within the internal and external supply chain and to identify and procure quality products whilst consistently achieving best value for money.
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: 1000000.00  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:  
This tender requirement will be re-advertised in Q4 of 2019.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Due to the complex evaluation process of a multi-product tender, Irish Rail propose that an envisaged shortlist of 5 of the most suitably qualified companies will be invited to participate in the ITT stage of the process.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:  Not Applicable.
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: The advertised selection criteria can be found in the attached pre-qualification questionnaire.
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

A Service Level Agreement (SLA) will form part of the executed agreement with the successful candidate.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  09/12/2016
Local time:  12:00
IV.2.3)

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

Date: 20/01/2017
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:  
36 Months
VI.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Inns Quay
Dublin
7
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie/

VI.5)

Date of dispatch of this notice

10/11/2016