Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/07/2018

Expire date: 02/08/2018

External Reference: 2018-236466

TED Reference: 2018/S 129-295156

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
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=131886&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

HAZARDOUS WASTE DISPOSAL SERVICES
Reference number:  7097
II.1.2)

Main CPV code

90500000  -  Refuse and waste related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) is seeking expressions of interest for the provision of Hazardous Waste Disposal Services for its Building and Facilities (B&F), Chief Mechanical Engineer (CME), Chief Civil Engineer (CCE) departments at various IE sites throughout Ireland, across the IE network, including building, stations and depots for a period of three (3) years with an option to extend for up to two additional years.Significant additional detail is provided in the attached Pre Qualification Questionnaire. Interested parties should review the scope as outlined in the Pre Qualification Questionnaire
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Nationwaide
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) Is seeking expressions of interest for the provision of Hazardous Waste Disposal Services for its Building and Facilities (B&F), Chief Mechanical Engineer (CME), Chief Civil Engineer (CCE) departments at various IE sites throughout the country, across the IE network, including building, stations and depots for a period of three (3) years with an option to extend for up to two additional years. The Buildings and Facilities Department, which is divided into three regions, is responsible for approximately 148 stations and approximately 180 level crossing residence / occupational cottages. The majority of the services required will involve septic tank cleanings.
The CME is responsible for 9 depot locations where trains are serviced. These depot locations form a large portion of the hazardous materials collected for disposal.
The CCE is responsible for track maintenance activities which are managed through a number of permanent way compounds around the country. Collection of miscellaneous hazardous waste materials such as waste oils, waste chemicals and herbicides will be the main service required for this department.
The services will be required on an as requested basis within these regions during the term of the Contract. Services for B&F and CCE will be in multiple locations around the country. CME Depots are situated in Dublin, Drogheda, Limerick, Cork, Waterford and Portlaoise.
Significant additional detail is provided in the attached Pre Qualification Questionnaire. Interested parties should review the scope as outlined in the Pre Qualification Questionnaire
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: 600000.00  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:  
November 2021. If the extension option of up to two years is utilized then renewal will be November 2023
II.2.9)

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

Maximum number: 8
Objective criteria for choosing the limited number of candidates:
See PQQ attached
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend this contract for up to an additional 24 months
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

See PQQ attached

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:  See PQQ attached
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: See PQQ attached
III.1.6)

Deposits and guarantees required

See PQQ attached
III.1.7)

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

See PQQ attached
III.1.8)

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

See PQQ attached
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

To be advised at ITT stage

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:  02/08/2018
Local time:  12:00
IV.2.3)

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

Date: 24/08/2018
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:  
November 2021 if option to extend is utilised then November 2023
VI.3)

Additional information

See PQQ
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE