Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/02/2020

Expire date: 05/03/2020

External Reference: 2020-295754

TED Reference: 2020/S 027-062876

Contract notice - utilities

Contract notice – utilities

Works

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: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
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=162028&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

Supply and Installation of Lifts and Escalators and related associated works
Reference number:  7440
II.1.2)

Main CPV code

45313000  -  Lift and escalator installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

This is a call by IE for the establishment of a Single Lot, multi-vendor Framework Agreement for the supply and installation of Lift and Escalators and related services to Irish Rail and the CIE Holding Company. This requirement is being advertised in the Irish Government tendering website www.etenders.gov.ie on 04th February 2020 and subsequently in the OJEU
The current Iarnród Éireann lift and escalator landscape consists of 132 Lifts and 11 escalators. It is anticipated that this Framework Agreement will be utilised to replace our life expired lift assets.
The Attached pre-qualification document provides significant additional information with respect to our replacement strategy over the next five years. It also includes details of associated works.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416400  -  Escalators
42417000  -  Elevators and conveyors
42417100  -  Pneumatic elevators or conveyors
45213316  -  Installation works of walkways
45313100  -  Lift installation work
45313200  -  Escalator installation work
45313210  -  Travelator installation work
II.2.3)

Place of performance

Main site or place of performance:  
Nationwide
II.2.4)

Description of the procurement

This is a call by IE for the establishment of a Single Lot, multi-vendor Framework Agreement for the supply and installation of Lift and Escalators and related services to Irish Rail and the CIE Holding Company. This requirement is being advertised in the Irish Government tendering website www.etenders.gov.ie on 04th February 2020 and subsequently in the OJEU
The current Iarnród Éireann lift and escalator landscape consists of 132 Lifts and 11 escalators. It is anticipated that this Framework Agreement will be utilised to replace our life expired lift assets.
The Attached pre-qualification document provides significant additional information with respect to our replacement strategy over the next five years. It also includes details of associated works. Applicants must be in a position to provide all requirements and may rely on the resources of others to deliver this. It is our intention to award annual packages of work arising out of competitive tender competitions between qualified members of the framework.
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: 12000000.00  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:  
4 years unless an option to extend this Framework Agreement by an additional 12 months is utilised
II.2.9)

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

Envisaged minimum number: 2  /  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:
An option to extend this Framework Agreement by 12 months is included
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:  For full details, please download a copy of the attached Pre-Qualification Questionnaire.
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

Will be available at ITT stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
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:  05/03/2020
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 : 7  (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:  
May 2024
VI.3)

Additional information

See PQQ
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.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Dublin
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