Contract notice - utilities

Information

Published

Date of dispatch of this notice: 07/12/2020

Expire date: 22/01/2021

External Reference: 2020-274174

TED Reference: 2020/S 242-599781

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: Deirdre O'Riordan
Telephone: +353 17033732
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=179457&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

Underwater Fixed Fenders Maintenance and Maintenance of Yokohama securing chains and shackles
Reference number:  7629
II.1.2)

Main CPV code

50240000  -  Repair, maintenance and associated services related to marine and other equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Rosslare Europort is one of Ireland's leading ports and the gateway to Europe for the freight and tourist industries. Rosslare Europort is a RoRo, RoPax, offshore and bulk port with three RoRo berths with a two tier linkspan, we also have a dedicated offshore bulk berth. The entire Europort is bar-swept to 7.2 meters, allowing unrestricted access to vessels with draughts up to 6.5 meters. Rosslare Europort offers a comprehensive service including mooring, stevedoring and passenger-car check-in for RoRo shipping lines. It also provides facilities for offshore, dry bulk and general cargo.
Rosslare Europort has 3 main Ro-Ro berths and a bulk cargo quay which have a mixture of Large floating Yokohama Fenders and fixed Fenders attached to the Quay wall. In order to maintain both types of fenders Rosslare Europort requires the following services;
II.1.5)

Estimated total value

Value excluding VAT: 400.00  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

Underwater Fixed Fenders Maintenance
Lot No:  1
II.2.2)

Additional CPV code(s)

34913300  -  Fenders
45244100  -  Marine installations
71351820  -  Water divining services
98360000  -  Marine services
50240000  -  Repair, maintenance and associated services related to marine and other equipment
II.2.4)

Description of the procurement

1. Fastening new fender elements to existing or new fixed fenders and to quay wall structure and/or frames
2. Fastening/resetting Anchor bolts for fixed fender elements
3. Repairs to steel frame of fixed fender sections
4. Installing new shields on existing/new fixed fenders. This will require use of a mobile crane and man basket for over quay access as well as access by boat as required.
5. Underwater operations to include recovery of fender elements lost from fixed fenders or Yokohama securing chains.
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: 200.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
1. Fastening new fender elements to existing or new fixed fenders and to quay wall structure and/or frames
2. Fastening/resetting Anchor bolts for fixed fender elements
3. Repairs to steel frame of fixed fender sections
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

Maintenance of Yokohama securing chains and shackles
Lot No:  2
II.2.2)

Additional CPV code(s)

34913300  -  Fenders
45244100  -  Marine installations
50240000  -  Repair, maintenance and associated services related to marine and other equipment
71351820  -  Water divining services
98360000  -  Marine services
II.2.4)

Description of the procurement

1. Connecting/Disconnecting Yokohama fenders and towing fender using work boat to working quay where fenders will be craned out of the water. Return of repaired fenders to working berth once repairs complete. This will require two men and a boat suitably equipped to tow the fender approximately 200 metres between any of the working positions of the fenders and the area assigned for fender maintenance.
2. Installation, maintenance and repair of Yokohama fender securing chains and attachment plates
3. Repairs to chains or chain netting on Yokohama sections
4. Underwater operations to include recovery of fender elements lost from fixed fenders or Yokohama securing chains.
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: 200.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
1. Connecting/Disconnecting Yokohama fenders and towing fender using work boat to working quay where fenders will be craned out of the water. Return of repaired fenders to working berth once repairs complete. T
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.1.1)

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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  06/01/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2024
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
D07 N972
IE
Telephone: +353 18886511

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