Contract notice - utilities

Information

Published

Date of dispatch of this notice: 03/06/2020

Expire date: 10/07/2020

External Reference: 2020-266975

TED Reference: 2020/S 109-265587

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: Simon Lambert
Telephone: +353 17033412
Internet address(es):
Main address: www.buseireann.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=167524&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

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for Unplanned Building Maintenance Services
Reference number:  BE/SE/25/05/2020
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Bus Éireann proposes establishing a new Framework Agreement for the provision of unplanned building maintenance services to a number of sites, accommodation units and facilities located throughout the Republic of Ireland for a four (4) year period.
Bus Éireann has a requirement for the following eight service disciplines on an on-demand basis:
• Building Maintenance Works.
• Mechanical & Electrical Services.
• Painting & Decorating.
• GAS Services.
• Roofing Specialist.
• Heating & Ventilation Services.
• Drain Cleaning & Surveys.
• Metal Fabrication Works.
It is Bus Éireann’s intention to establish a multi-party framework with a maximum of five (5) service providers for each of the disciplines above and for each Lot.
Qualified candidates may in due course be invited to bid for one or more of the above services and for one or more of the county areas.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  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

Multi Supplier Framework Agreement for Unplanned Building Maintenance Services
Lot No:  1
II.2.2)

Additional CPV code(s)

33141640  -  Drain
44230000  -  Builders' carpentry
45232141  -  Heating works
45232452  -  Drainage works
45255400  -  Fabrication work
45261900  -  Roof repair and maintenance work
45261920  -  Roof maintenance work
45332200  -  Water plumbing work
45420000  -  Joinery and carpentry installation work
45422000  -  Carpentry installation work
45442100  -  Painting work
45442110  -  Painting work of buildings
45442180  -  Repainting work
50531200  -  Gas appliance maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
79311000  -  Survey services
II.2.4)

Description of the procurement

Bus Éireann proposes establishing a new Framework Agreement for the provision of unplanned building maintenance services to a number of sites, accommodation units and facilities located throughout the Republic of Ireland for a four (4) year period.
Bus Éireann has a requirement for the following eight service disciplines on an on-demand basis:
• Building Maintenance Works.
• Mechanical & Electrical Services.
• Painting & Decorating.
• GAS Services.
• Roofing Specialist.
• Heating & Ventilation Services.
• Drain Cleaning & Surveys.
• Metal Fabrication Works.
It is Bus Éireann’s intention to establish a multi-party framework with a maximum of five (5) service providers for each of the disciplines above and for each Lot.
Qualified candidates may in due course be invited to bid for one or more of the above services and for one or more of the county areas.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Price  -  Weighting:  60
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  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: 20
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2)

Conditions related to the contract

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:  5
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:  03/07/2020
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 : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE