Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/09/2020

Expire date: 30/10/2020

External Reference: 2020-222349

TED Reference: 2020/S 180-435618

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: Tony Lambert
Telephone: +353 17033681
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=173832&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

Overhaul and Repair of Ni-Cad Batteries
Reference number:  7505
II.1.2)

Main CPV code

50220000  -  Repair, maintenance and associated services related to railways and other equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

IÉ wishes to procure the services of a suitably experienced company capable of overhauling and repairing trainset Batteries on all IE’s fleets including Electric Multiple Units (EMUs) and Diesel Multiple Units (DMUs) and Locomotives.
The successful tenderer will be required to collect Batteries from IÉ’s Depots, overhaul or repair them in accordance with the Original Equipment Manufacturers (OEM’s) recommendations.and return them. Typical overhauls will include but not limited to: Individual Battery Cell Voltage Check, Battery Clean, Tightening Torque of Battery, Battery Coating Repair, Battery Test and Battery Cell Change.
IE will be responsible for removing the battery sets from the rolling stock and for refitting them following completion of the overhaul / repair.
All work on the batteries is to be done at the contractor’s premises. Indicative requirements are expected be in the region of approximately 120 vehicle battery sets to be overhauled per year of the contract.
II.1.5)

Estimated total value

Value excluding VAT: 850000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
60200000  -  Railway transport services
63711000  -  Support services for railway transport
71311230  -  Railway engineering services
II.2.4)

Description of the procurement

This is a call to competition by Iarnród Éireann (IÉ) for the procurement of overhaul and repair services for NiCad Batteries (the “Contract”).
IÉ wishes to procure the services of a suitably experienced company capable of overhauling and repairing trainset Batteries on all IE’s fleets including Electric Multiple Units (EMUs) and Diesel Multiple Units (DMUs) and Locomotives.
The successful tenderer will be required to collect Batteries from one of IÉ’s Depots located at Limerick, Portlaoise, Drogheda or Dublin, overhaul or repair them in accordance with the Original Equipment Manufacturers (OEM’s) recommendations. Typical overhauls will include but not limited to:
• Individual Battery Cell Voltage Check
• Battery Clean
• Tightening Torque of Battery
• Battery Coating Repair
• Battery Test
• Battery Cell Change
IE will be responsible for removing the battery sets from the rolling stock and for refitting them following completion of the overhaul / repair.
All work on the batteries is to be done at the contractor’s premises, i.e. ‘off site’ from an IÉ perspective.
Overhaul and Repair of the Batteries will be undertaken in line with IÉ’s programme and delivery schedules. Full details of IÉ’s requirements will be made available to those companies who have been successful in this Pre-Qualification and shortlisted to be invited to tender. Indicative requirements are expected be in the region of approximately 120 vehicle battery sets to be overhauled per year of the contract. This is an approximation and IÉ can give no guarantee on these figures at this stage.
It is anticipated that the proposed contract will run, subject to performance, for a three-year period with the option, solely at IE’s discretion, for an additional period of twelve months.
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: 850000.00  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:  
IE intend to issue a 3 year contract with the option to extend by 1 additional year entirely at IE's discretion.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
IE wish to only deal with the most suitable candidates resulting from this Pre-Qualification process.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend by 1 yr at IE's discretion.
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.1.8)

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:  16/10/2020
Local time:  12:00
IV.2.3)

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

Date: 30/10/2020
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:  
October 2020
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