Contract notice - utilities

Information

Published

Date of dispatch of this notice: 07/04/2017

Expire date: 11/05/2017

External Reference: 2017-709969

TED Reference: 2017/S 071-135550

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
Procurement, Engineering & New Works Building
Dublin 8
Inchicore
IE
Contact person: Martin Egan
Telephone: +353 17031761
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=111012&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

Electrical Systems Testing, Maintenance & Replacement Services Contract
Reference number:  6830
II.1.2)

Main CPV code

34632300  -  Electrical installations for railways
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann requires the services of a competent contractor for the provision of electrical systems testing, maintenance and replacement services.
The requirements under this contract will include; planned preventative maintenance and unplanned asset replacement.
This proposed duration of the contract is 4 years.
The current agreement for these services will expire in September 2017.
Location Types: IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers, CAN Advertising and Level Crossing facilities. There are over 1,300 locations nationwide.
A PRE-QUALIFICATION NOTICE IS ATTACHED TO THIS NOTICE WITH MORE DETAILS AND MUST BE COMPLETED AND RETURNED AS DIRECTED IN ORDER TO BE CONSIDERED FOR TENDER STAGE.
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71314100  -  Electrical services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Nationwide throughout the IE Network
II.2.4)

Description of the procurement

Iarnród Éireann requires the services of a competent contractor for the provision of electrical systems testing, maintenance and replacement services.
The requirements under this contract will include; planned preventative maintenance and unplanned asset replacement.
This proposed duration of the contract is 4 years.
The current agreement for these services will expire in September 2017.
Location Types:
IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers, CAN Advertising and Level Crossing facilities. There are over 1,300 locations nationwide.
Type of Work:
The contractor will be required to undertake both planned and unplanned maintenance activities as described :
A: Planned Preventative Maintainance Works
Periodic Inspections of existing Electrical Installations as per Electro Technical Council of Ireland (ETCI Chapters 62 & 63).
Quarterly Inspections of Existing lighting installations in compliance with NSAI 3217 Emergency Lighting.
Administration, Issuing certification and Drafting CAD safety Files per Asset type.
B: Unplanned ASSET Replacement – Minor Works
Minor works include for the replacement of defective or non operational parts to existing electrical sytems currently installed in each Location type installed throughout the 3 provincial areas.
C: The Provision of Technical, Administrative & Skilled personal with Transport, associated tools, test equipment and CAD IT terminals.
The provision of qualified personal to carry out the following:
Testing & cycle maintenance program
Asset Replacement – Minor Works
Asset Inspections – Defect report submissions
CAD drawings & safety files – IE Sharepoint document library
Infrastructure Asset Management System (IAM’s) – Mapping all Asset types
Safety File & IAM’s Document Management system
D: The provision of Call out / Emergency Response
The provision of call out and emergency attendences in the event of loss of service or failure of equipment nationwide.
24/7 Call out response within 4 hours– for non essential equipment or system failures
24/7 Emergency call out response within 1 hour – for loss of power to essential services.
Type of Work: The contractor will be required to undertake both planned and unplanned maintenance activities as described :
A PRE-QUALIFICATION NOTICE IS ATTACHED TO THIS NOTICE AND MUST BE COMPLETED AND RETURNED AS DIRECTED IN ORDER TO BE CONSIDERED FOR TENDER STAGE.
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: 6500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project: May be required for projects financed by EU funds — it is notpossible at this stage to identify these projects

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:  Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
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, or alternatively at Iarnród Éireann‘s discretion,each member of the group will be required to execute the contract and have joint and several liability.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  11/05/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Advertised March/April 2021
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, Four Courts,
Dublin 7
Inns Quay
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.5)

Date of dispatch of this notice

07/04/2017