Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/09/2019

Expire date: 31/10/2019

External Reference: 2019-220416

TED Reference: 2019/S 172-420968

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
N/A
Connolly Station ,
Dublin
Dublin
IE
Contact person: Gary Mander
Telephone: +353 17034870
Fax: +353 18860567
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=153255&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

MTU Powerpack Maintenance Services
Reference number:  7234
II.1.2)

Main CPV code

50222000  -  Repair and maintenance services of rolling stock
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) operate a fleet of Intercity Railcars (Class 22000) which are fitted with MTU 6H1800 Powerpack Units.
The 234 vehicle fleet are maintained in Portlaoise Railcar Depot.
In 2013, a 7 year contract was awarded to the incumbent service provider and this agreement is due to expire in June 2020.
The contract involves both on-site (running maintenance) and off-site (heavy maintenance) as well as the provision of warranty support.
This procurement process is intended to result in a replacement contract award in advance of the expiry of the current agreement.
A contract of 5 years duration (with an option to extend by a further 12 months) will be awarded.
II.1.5)

Estimated total value

Value excluding VAT: 48000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34311000  -  Engines
71300000  -  Engineering services
71311230  -  Railway engineering services
II.2.3)

Place of performance

Main site or place of performance:  
Portloaise, Co.Laois.
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) operate a fleet of Intercity Railcars (Class 22000) which are fitted with MTU 6H1800 Powerpack Units.
The 234 vehicle fleet are maintained in Portlaoise Railcar Depot.
In 2013, a 7 year contract was awarded to the incumbent service provider and this agreement is due to expire in June 2020.
The contract involves both on-site (running maintenance) and off-site (heavy maintenance) as well as the provision of warranty support.
This procurement process is intended to result in a replacement contract award in advance of the expiry of the current agreement.
A contract of 5 years duration (with an option to extend by a further 12 months) will be awarded.
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: 48000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
This contract is a recurring contract and therefore a replacement process will be commenced in 5 years time (if the 12 month extension option is not utilised) or in 6 years time (if the 12 month extension option is utilised).
II.2.9)

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

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
An option to extend the initial term of 60 months by an additional 12 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

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:  For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
The economic and financial capacity of the entity must be established to the satisfaction of IE.
Applicants will be invited to complete a questionnaire (attached) which seeks company details; information on similar contracts undertaken with value, dates, locations and contact names for reference etc; applicants may be requested to provide supporting information such as balance sheets for the past three financial years.
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
The technical competence of the entity, its employees and processes must be established to the satisfaction of IE. Applicants will be invited to complete a questionnaire which seeks company details to establish the entity’s technical capacity.
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
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

For full details, please download a copy of the attached Pre-Qualification Questionnaire.

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:  11/10/2019
Local time:  12:00
IV.2.3)

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

Date: 01/11/2019
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:  
60 Months.
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie