Contract notice - utilities

Information

Published

Date of dispatch of this notice: 16/11/2016

Expire date: 17/12/2016

External Reference: 2016-752140

TED Reference: 2016/S 223-406975

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: Gary Mander
Telephone: +353 17034334
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=105259&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 Wheel Mounted Annulus Design Brake Discs - Rolling Stock
Reference number:  5981
II.1.2)

Main CPV code

34322200  -  Disc brakes
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann are seeking expressions of interest from specialised rolling stock engineering companies for a tender process for the supply brake discs for its 22000 DMU and 85xx EMU fleets. The discs in question are a ‘wheel mounted annulus design’ secured through the web of the wheel. The maximum operational speed of the disc is on the 22000 fleet which operate at up to 160 km/hr. The current discs are manufactured from cast iron and have an internal and external diameter of 390mm and 680mm respectively. The selected disc will be required to be interchangeable with the current disc, require no modification to the existing wheel of fixing arrangement and result in no reduction or increase in braking performance. The disc should be wear resistant and not reach critical levels of wear in service, for a minimum period of 5 years under normal conditions.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34322000  -  Brakes and brake parts
34631000  -  Parts of locomotives or rolling stock
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8, Republic of Ireland
II.2.4)

Description of the procurement

Iarnród Éireann are seeking expressions of interest from specialised rolling stock engineering companies for a tender process for the supply brake discs for its 22000 DMU and 85xx EMU fleets. The discs in question are a ‘wheel mounted annulus design’ secured through the web of the wheel. The maximum operational speed of the disc is on the 22000 fleet which operate at up to 160 km/hr. The current discs are manufactured from cast iron and have an internal and external diameter of 390mm and 680mm respectively. The selected disc will be required to be interchangeable with the current disc, require no modification to the existing wheel of fixing arrangement and result in no reduction or increase in braking performance. The disc should be wear resistant and not reach critical levels of wear in service, for a minimum period of 5 years under normal conditions.
The discs are to be manufactured in accordance with best industry practice and in line with applicable standards (to be advised).
Where non OEM discs are proposed they are to be tested by the successful supplier as part of the approval process to ensure continuity of braking rates between variants.
Additionally, the manufacture of discs is to be controlled in accordance with a demonstrable, recognised and certified quality control process and to the satisfaction of IE.
IÉ have an approximated requirement for 624 discs in Year 1, Year 2 and Year 3 of the contract. It is anticipated that the quantities required in year 4 may be lower.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The requirement for Brake Discs is a recurring requirement for IÉ.
The contract will be re-advertised in Q4 of 2020 if the 1 year option to extend is not utilised.
The contract will be re-advertised in Q4 of 2021 if the 1 year option to extend is utilised.
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:
At this moment, IÉ do not know the quantity nor quality of PQQ submissions that it will receive however it is anticipated that a shortlist of the most suitable candidates will be invited to tender and it is envisaged that no more that 5 companies will be invited to tender.
All companies will be scored in accordance with the advertised selection criteria which can be found in the attached pre-qualification questionnaire.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This contract will be awarded on the basis of a 4 year supply agreement however there will be an option to extend the contract by a further 1 year to allow for fluctuations in the wheelset production schedule over the initial 4 year term.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

All correspondence pertaining to this tender process will be issued directly through the eTenders portal.
To participate in the tender process, all companies must register on the address in section 'I.3) Communication' above.
No direct emails or expressions of interest will be accepted.

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: All correspondence, including expressions of interest, must be made through the address contained in section 'I.3) Communication' above.
Companies are required to download a copy of the attached pre-qualification questionnaire. The questionnaire should be completed in full and returned to the specified address before the closing date.
All returned questionnaires will be scored in line with the advertised selection criteria contained within the pre-qualification questionnaire.
III.1.6)

Deposits and guarantees required

Depending on the level of design work required to produce the required brake discs, a level of retention may form part of the contract which would be based on satisfactory performance of the product over the remedy of defects period.
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

As the required brake discs are a critical component of the IÉ wheel-set production process, there will be a liquidated damages provision in the contract linked to late delivery of products.

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: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/12/2016
Local time:  12:00
IV.2.3)

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

Date: 01/02/2017
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:  
48 Months (if option to extend is not utilised)
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

All correspondence pertaining to this tender process will be issued directly through the eTenders portal.
To participate in the tender process, all companies must register on the address in section 'I.3) Communication' above.
No direct emails or expressions of interest will be accepted.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Inns Quay
Dublin
7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie/

VI.5)

Date of dispatch of this notice

16/11/2016