Contract notice - utilities

Information

Published

Date of dispatch of this notice: 29/05/2020

Expire date: 02/07/2020

External Reference: 2020-201458

TED Reference: 2020/S 106-257953

Contract notice - utilities

Contract notice – utilities

Supplies

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: Tony Lambert
Telephone: +353 17033681
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=165606&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

METAL FABRICATION MULTI PARTY FRAMEWORK
Reference number:  7304
II.1.2)

Main CPV code

44400000  -  Miscellaneous fabricated products and related items
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann (IÉ) invites suitably qualified and experienced companies to participate in a tender process for the establishment of a multiparty Metal Fabrication Services Framework to meet the needs of all IÉ locations nationwide. These services can range from standard fabrication requirements such as bracketry and hinges to more bespoke designed components which may require specialised welding. Only companies with suitable fabrication expertise and experience in accordance with the requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
On occasion, companies in the framework will be required to provide suitably qualified and experienced personnel to visit IÉ facilities. The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ.
As this is a multi-party Framework, there will be multiple suppliers selected for each lot.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

METAL FABRICATION MULTI PARTY FRAMEWORK
Lot No:  1
II.2.2)

Additional CPV code(s)

44315200  -  Welding materials
44400000  -  Miscellaneous fabricated products and related items
45262670  -  Metalworking
45262680  -  Welding
44617300  -  Prefabricated boxes
45255400  -  Fabrication work
II.2.3)

Place of performance

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

Description of the procurement

Iarnród Éireann (IÉ) invites suitably qualified and experienced companies to participate in a tender process for the establishment of a multiparty Metal Fabrication Services Framework to meet the needs of all IÉ locations nationwide. These services can range from standard fabrication requirements such as bracketry and hinges to more bespoke designed components which may require specialised welding. Only companies with suitable fabrication expertise and experience in accordance with the requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 1 will compose of fabricated materials that require no welding such as hinges, engine mounting plates, welder qualification plates, brackets, pre-shaped plates, wear plates.
On occasion, companies in the framework will be required to provide suitably qualified and experienced personnel with expert knowledge of fabrication and welding to visit IÉ facilities.
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot. At any stage during the Framework, successful applicants may be subject to audit by IÉ staff.
The expected annual spend for all Lots will be in the vicinity of €800,000 per annum based on historical expenditure. Call-offs for each Lot will be awarded by either (a) direct award for small jobs up to €1,500; (b) request for quotation for jobs between €1,500 and €50,000; or (c) mini tender to all framework entrants for requirements above €50,000. There will be a provision for emergency Call Off requirements up to €5,000.
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: 2000000.00  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.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Lot (1) will compose of ‘Standard or Basic Fabricated Parts that do not require welding’ such as hinges, engine mounting plates, welder qualification plates, pipe brackets, pre-shaped plates to repair loco front skirt, wear plates.
Applicants will have ISO 9001 certification or equivalent in place. Applicants without ISO: 9001 or equivalent can qualify for the framework but must have an ISO accreditation or equivalent in place within 12 months of the framework going live or provide evidence that they are at an advanced stage in gaining certification.
Applicants would be required to demonstrate their ability to manufacture each component to the design and specification as laid down by Irish Rail technical Department
Applicants will be able to produce 3.1 material certifications for fabricated components when requested
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a maximum of 5 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
II.2)

Description

II.2.1)

Title

METAL FABRICATION MULTI PARTY FRAMEWORK
Lot No:  2
II.2.2)

Additional CPV code(s)

45255400  -  Fabrication work
45262670  -  Metalworking
44315200  -  Welding materials
45262680  -  Welding
44617300  -  Prefabricated boxes
44400000  -  Miscellaneous fabricated products and related items
II.2.3)

Place of performance

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

Description of the procurement

Iarnród Éireann (IÉ) invites suitably qualified and experienced companies to participate in a tender process for the establishment of a multiparty Metal Fabrication Services Framework to meet the needs of all IÉ locations nationwide. These services can range from standard fabrication requirements such as bracketry and hinges to more bespoke designed components which may require specialised welding. Only companies with suitable fabrication expertise and experience in accordance with the requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 2: will compose of parts that are fabricated in which the welding of those parts fall under certification level 3 and 4 EN 15085-2:2007 such as equipment boxes, striking plates, handrails, steps, seating frames. The applicant will have a verifiable welding system in place with EN 3834 accreditation or equivalent with welders qualified to EN 9606-1:2017 or equivalent.
On occasion, companies in the framework will be required to provide suitably qualified and experienced personnel with expert knowledge of fabrication and welding to visit IÉ facilities.
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot. At any stage during the Framework, successful applicants may be subject to audit by IÉ staff.
The expected annual spend for all Lots will be in the vicinity of €800,000 per annum based on historical expenditure. Call-offs for each Lot will be awarded by either (a) direct award for small jobs up to €1,500; (b) request for quotation for jobs between €1,500 and €50,000; or (c) mini tender to all framework entrants for requirements above €50,000. There will be a provision for emergency Call Off requirements up to €5,000.
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: 1200000.00  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.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Lot (2) will compose of ‘Fabricated parts where welding falls under certification level 3 and 4 of certification EN 15085-2:2007’ and may contain requirements such as equipment boxes, striking plates, handrails, steps and seating frames.
Applicants must meet the requirements of the following:
Applicants will have ISO 9001 certification or equivalent in place. Applicants without ISO: 9001 or equivalent can qualify for the framework but must have an ISO accreditation or equivalent in place within 12 months of the framework going live or provide evidence that they are at an advanced stage in gaining certification.
Applicants would be required to demonstrate their ability to manufacture each component to the design and specification as laid down by Irish Rail technical Department
Applicants will be able to produce 3.1 material certifications for fabricated components when requested.
Applicants must have a verifiable WPS with a recognised welding accreditation e.g. EN 3834 or equivalent
Welders must be trained to EN 9606-1:2017
Applicants must have access to a Qualified Welding Supervisor
Applicants must have access to the following NDT personnel, Visual Inspectors and Surface Testing Inspector (Dye penetrant or Magnetic Particle).
In limited circumstances when the business need is required, the CME dept. will assist the applicant to achieve these requirements on a case by case basis.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a maximum of 5 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
II.2)

Description

II.2.1)

Title

METAL FABRICATION MULTI PARTY FRAMEWORK
Lot No:  3
II.2.2)

Additional CPV code(s)

44617300  -  Prefabricated boxes
45255400  -  Fabrication work
44400000  -  Miscellaneous fabricated products and related items
45262670  -  Metalworking
45262680  -  Welding
44315200  -  Welding materials
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) invites suitably qualified and experienced companies to participate in a tender process for the establishment of a multiparty Metal Fabrication Services Framework to meet the needs of all IÉ locations nationwide. These services can range from standard fabrication requirements such as bracketry and hinges to more bespoke designed components which may require specialised welding. Only companies with suitable fabrication expertise and experience in accordance with the requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 3: will compose of parts that are fabricated in which the welding of those parts fall under certification level 1 and 2 EN 15085-2:2007 such as welded parts of bogies underframes, fuel tanks, pressurised vessels, welded brake components. Applicants will be qualified to supply materials and services according to this requirement.
On occasion, companies in the framework will be required to provide suitably qualified and experienced personnel with expert knowledge of fabrication and welding to visit IÉ facilities.
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot. At any stage during the Framework, successful applicants may be subject to audit by IÉ staff.
The expected annual spend for all Lots will be in the vicinity of €800,000 per annum based on historical expenditure. Call-offs for each Lot will be awarded by either (a) direct award for small jobs up to €1,500; (b) request for quotation for jobs between €1,500 and €50,000; or (c) mini tender to all framework entrants for requirements above €50,000. There will be a provision for emergency Call Off requirements up to €5,000.
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: 800000.00  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.2.9)

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

Envisaged minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Lot (3) will compose of ‘Fabricated parts where welding falls under certification level 1 and 2 EN 15085-2:2007’ and may contain welded parts of bogies underframes, fuel tanks, pressurised vessels and welded brake components.
Applicants must satisfy the requirements of Lot 2 plus the additional:
Applicants will have expertise in specialised welding service and must be certified to EN 15085 certification level 1 and 2
Similar to Lots 1 and 2 - Applicants will have ISO 9001 certification or equivalent in place. Applicants without ISO: 9001 or equivalent can qualify for the framework but must have an ISO accreditation or equivalent in place within 12 months of the framework going live or provide evidence that they are at an advanced stage in gaining certification.
Applicants would be required to demonstrate their ability to manufacture each component to the design and specification as laid down by Irish Rail technical Department
Applicants will be able to produce 3.1 material certifications for fabricated components when requested.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a maximum of 5 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.
III.1.6)

Deposits and guarantees required

Not Applicable.
III.1.7)

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

Not Applicable.
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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  25
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:  02/07/2020
Local time:  12:00
IV.2.3)

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

Date: 03/08/2020
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:  
48 months with option to extend by 12 months to total 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