Contract notice - utilities

Information

Published

Date of dispatch of this notice: 15/06/2020

Expire date: 16/07/2020

External Reference: 2020-210123

TED Reference: 2020/S 115-280334

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: David O'Sullivan
Telephone: +353 17034211
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=168517&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 Exterior Vinyl Wrap for 29000 DMU Fleet
Reference number:  7459
II.1.2)

Main CPV code

50224200  -  Reconditioning services of passenger coaches
II.1.3)

Type of contract

Services
II.1.4)

Short description

Irish Rail (IÉ) will be undertaking a program of works to apply an Exterior Adhesive Vinyl Wrap to its 29000 Diesel Multiple Unit (DMU) fleet over the next 2 years.
IÉ currently carry out exterior livery painting of its Rolling Stock Fleet at its purpose-built paint booth in Inchicore Works, Dublin 8. To enable IÉ to focus on its other fleets, IÉ wish to retain the services of a contractor to continue a separate vinyl wrap program for its 29000 DMU fleet
The 29000 DMU fleet has a total of 29 units, with each unit consisting of 4 cars of 20.265/20.365 metre length, 2.9-metre-wide and 3.985-metre-high. The body-shells are made from EN10025-5 S355JOWP Corten Steel and the cab masks are made from Phenolic GRP.
The contractor is required to install a mobile workshop in IÉ’s Inchicore Works, or another IÉ location, the mobile workshop will be suitably equipped to carry out all prepping, painting and vinyl wrapping of the 29000 DMU Fleet.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45442000  -  Application work of protective coatings
45442120  -  Painting and protective-coating work of structures
50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50220000  -  Repair, maintenance and associated services related to railways and other equipment
50222000  -  Repair and maintenance services of rolling stock
50224000  -  Reconditioning services of rolling stock
II.2.3)

Place of performance

Main site or place of performance:  
Inchicore, Dublin 8.
II.2.4)

Description of the procurement

Irish Rail (IÉ) will be undertaking a program of works to apply an Exterior Adhesive Vinyl Wrap to its 29000 Diesel Multiple Unit (DMU) fleet over the next 2 years.
IÉ currently carry out exterior livery painting of its Rolling Stock Fleet at its purpose-built paint booth in Inchicore Works, Dublin 8. To enable IÉ to focus on its other fleets, IÉ wish to retain the services of a contractor to continue a separate vinyl wrap program for its 29000 DMU fleet
The 29000 DMU fleet was built by CAF and introduced into service between 2003 and 2005 and are maintained at a dedicated Maintenance Depot in Drogheda, Co Louth. There is a total of 29 units, with each unit consisting of 4 cars of 20.265/20.365 metre length, 2.9-metre-wide and 3.985-metre-high. The body-shells are made from EN10025-5 S355JOWP Corten Steel and the cab masks are made from Phenolic GRP.
The contractor is required to install a mobile workshop in IÉ’s Inchicore Works, or another IÉ location, the mobile workshop will be suitably equipped to carry out all prepping, painting and vinyl wrapping of the 29000 DMU Fleet. The workshop will comply with the IÉ Safety Management Systems at all times, IÉ have options to install this workshop in either of the following:
(i) An indoor facility that would accommodate a complete 29000 DMU made up of 4 cars
(ii) Or outdoors, with both electrical power and air supply available at both locations.
IÉ expect to wrap between 12 and 16 X 29000 4 car units over the duration of the contract.
The contractor will demonstrate previous applications where it has used this, or a similar paint spray facility as part of this tender, they will be required to supply the complete Vinyl Wrap System, and a transparent anti-graffiti over-laminate to be applied to the vinyl, this product will have a fire rating conducive to a Rail application. IÉ will supply paint material and decals, while the Contractor will supply all other material and tooling required to complete these wor
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: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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.1.1)

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.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.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  16/07/2020
Local time:  12:00
IV.2.3)

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

Date: 31/07/2020
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:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
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.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin 7
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