Contract notice - utilities

Information

Published

Date of dispatch of this notice: 21/04/2020

Expire date: 09/06/2020

External Reference: 2020-277589

TED Reference: 2020/S 080-189536

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: Conor Doyle
Telephone: +353 17034182
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=163817&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 of Rolling Stock Dampers
Reference number:  7445
II.1.2)

Main CPV code

42512510  -  Dampers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This is a call to competition by Iarnród Éireann (IÉ) for the procurement of Rolling Stock Dampers for six different fleet types on the Irish Rail Fleet of vehicles (the “Contract”).
The Chief Mechanical Engineers (CME) department of Iarnród Éireann (IÉ) has a requirement over the next 4-5 years, for the supply of nearly 10,500 Dampers of various kinds across six different fleets.
IÉ are therefore seeking applications from suitably qualified and experienced companies to participate in a Pre-qualification process for the supply of Rolling Stock Dampers. These dampers will vary from Lateral Dampers, Vertical Dampers, Yaw Dampers etc
II.1.5)

Estimated total value

Value excluding VAT: 2800000.00  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

Supply of Rolling Stock Dampers - Locomotive Dampers
Lot No:  1
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

Main site or place of performance:  
Inchicore Works
II.2.4)

Description of the procurement

The locomotive freight consists of both the 071 and 201 variations, used on both freight and passenger travel. The quantity of dampers per year for the locomotive fleets is expected to be approximately 400 per year. All deliveries of locomotive dampers will be to Inchicore Works, Dublin.
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: 740000.00  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 number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

An overview of the annual requirements can be found in the attached spreadsheet (CME_Damper_Requirements_2021_2025). Actual requirements may vary (upwards or downwards) over the life of the agreement.
II.2)

Description

II.2.1)

Title

Supply of Rolling Stock Dampers - 8500 EMU Dampers
Lot No:  2
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

Main site or place of performance:  
Fairview Depot, Dublin
II.2.4)

Description of the procurement

The 8500 EMU fleets consist of the 8500, 8510 and 8520 variations, used for light commuter travel. The quantity of dampers for the 8500 EMU fleets is expected to be approximately 100 per year and deliveries will be to either Inchicore Works or Fairview Depot in Dublin. This will depend on the type of damper being delivered.
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: 80000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Supply of Rolling Stock Dampers - 8100 EMU Dampers
Lot No:  3
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

Main site or place of performance:  
Fairview Depot, Dublin
II.2.4)

Description of the procurement

The 8100 EMU fleet is the oldest DART fleet used for light commuter travel. The quantity of dampers for the 8100 EMU fleet is expected to be approximately 75 per year and deliveries will be to either Inchicore Works or Fairview Depot in Dublin. This will depend on the type of damper being delivered.
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: 50000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Supply of Rolling Stock Dampers - Mk4 Carriage Dampers
Lot No:  4
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

Main site or place of performance:  
Inchicore Works, Dublin
II.2.4)

Description of the procurement

The Mk4 fleet is used for Intercity commuter travel. The quantity of dampers for the Mk4 fleet is expected to be approximately 290 per year and deliveries will be to Inchicore Works, Dublin
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: 400000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Supply of Rolling Stock Dampers - 29000 DMU Dampers
Lot No:  5
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

Main site or place of performance:  
Inchicore Works, Dublin
II.2.4)

Description of the procurement

The 29000 DMU fleet is used for Suburban commuter travel. The quantity of dampers for the 29000 fleet is expected to be approximately 260 per year and deliveries will be to Inchicore Works, Dublin or to Drogheda Depot, Co. Louth
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: 270000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Supply of Rolling Stock Dampers - 22000 DMU Dampers
Lot No:  6
II.2.2)

Additional CPV code(s)

42512510  -  Dampers
II.2.3)

Place of performance

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

Description of the procurement

The 22000 ICR fleet is used for Intercity and suburban commuter travel. The quantity of dampers for the 22000 fleet is expected to be approximately 950 per year and deliveries will be to Inchicore Works Co. Dublin or to Portlaoise Traincare Depot, Co. Laois
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 number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

An overview of the annual requirements can be found in the attached spreadsheet (CME_Damper_Requirements_2021_2025). Actual requirements may vary (upwards or downwards) over the life of the agreement.

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: 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.1.8)

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:  22/05/2020
Local time:  12:00
IV.2.3)

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

Date: 01/06/2020
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.
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