Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/11/2019

Expire date: 06/01/2020

External Reference: 2019-233443

TED Reference: 2019/S 225-552843

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
IE 4812851 O
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=157226&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

Fuel Management and Distribution Services
Reference number:  7405
II.1.2)

Main CPV code

34133110  -  Fuel-tanker trucks
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) are seeking expressions of interest from specialised companies with a proven track record of undertaking large scale fuel delivery and management contracts. The scope of the proposed contract will cover the following;
The provision of regular fuel distribution movements for the delivery of fuel to nominated locations throughout the Republic of Ireland; and
The provision of management services at Irish Rail's Fuel Distribution Depot in Alexandra Road, Dublin Port.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09134200  -  Diesel fuel
50111100  -  Vehicle-fleet management services
60100000  -  Road transport services
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) are seeking expressions of interest from specialised companies with a proven track record of undertaking large scale fuel delivery and management contracts. The scope of the proposed contract will cover the following;
1. Irish Rail Fuel Distribution Depot in Alexandra Road, Dublin Port.
This will involve attendance and supervision during all fuel offloading from ship including deliveries at night,weekend and on bank holidays. Supervision of tanker loading for trucks delivering to Irish Rail / Bus Éireann and Dublin Bus. Management of contractor's on-site, completion of documentation and reports for Irish Rail/Customs. Both HSA requirements and impeccable housekeeping are prerequisite.
2. Fuel Distribution.
The provision of regular fuel distribution movements for the delivery of fuel to nominated locations throughout the Republic Of Ireland (circa 2,500 deliveries per annum). This includes order capture from all bus and rail depots and the monitoring of stock levels in conjunction with the depots. Scheduling of vehicles to ensure a seamless delivery to customers.
Due to the nature of the services to be provided the successful tenderer will need to have their resources based in or around the Dublin area or an area agree with IÉ prior to award of contract. Notwithstanding this, to provide the contractual commitments, the successful contractor will need to maintain appropriate resources within Ireland for the duration of the contract.
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: 4000000.00  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:  
This procurement is a recurring procurement process.
A replacement procurement process will commence in 36 months (or 48 if the extension option is exercised) time.
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 by a period of 12 months is provided for. The maximum contract period will be 4 years.
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.
Minimum level(s) of standards possibly required:  
All applicants must be in possession of a Road Haulage Operator Licence.
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please refer to 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

Please refer to the attached pre-qualification questionnaire.
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/12/2019
Local time:  12:00
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 (or 48 Months if extension option is utilised)
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