Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/06/2021

Expire date: 30/07/2021

External Reference: 2021-255511

TED Reference: 2021/S 127-338181

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
NUTS code:  IE -  IRELAND
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=192352&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 of Pneumatic Braking Systems on 2800 DMU Fleet
Reference number:  7700
II.1.2)

Main CPV code

50221400  -  Repair and maintenance services of locomotive brakes and brake parts
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann [IÉ] are seeking to enter into an agreement for the Overhaul of the Pneumatic Braking Systems on IÉ’s 2800 DMU Fleet and are seeking expressions of interest from suitably qualified and experienced companies to participate in a tender process.
The 2800 DMU Fleet comprises of 10 x 2 car DMUs which were manufactured by Tokyu Car Corporation (Japan) The brake system was originally manufactured by Davies & Metcalf, which was purchased by Faiveley Transport which in turn was purchased by the Wabtec Corporation in 2016.
IÉ have a requirement for the overhaul of 20no. [10 x 2 Car units] brake systems to be overhauled, with a planned commencement date of April 2022.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50221400  -  Repair and maintenance services of locomotive brakes and brake parts
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Limerick
II.2.4)

Description of the procurement

Iarnród Éireann [IÉ] are seeking to enter into an agreement for the Overhaul of the Pneumatic Braking Systems on IÉ’s 2800 DMU Fleet and are seeking expressions of interest from suitably qualified and experienced companies to participate in a tender process.
The 2800 DMU Fleet comprises of 10 x 2 car DMUs which were manufactured by Tokyu Car Corporation (Japan) The brake system was originally manufactured by Davies & Metcalf, which was purchased by Faiveley Transport which in turn was purchased by the Wabtec Corporation in 2016.
IÉ have a requirement for the overhaul of 20no. [10 x 2 Car units] brake systems to be overhauled, with a planned commencement date of April 2022, with a signed Certificate of Conformance [CoC] to be supplied with each component, specifying that the supplied components/service meets the required OEM specification.
Please Note: the CME Safety Management Standard CME-SMS-009 ‘Supply, Overhaul, Storage and Contract Management of Safety Critical Requirements’ will apply as the brake systems are classified as Safety Critical.
There is a mandatory requirement that applicants must have the following, a Pass/Fail score will apply for all listed requirements:
• Previous experience in the Overhauls of Davies & Metcalf brake systems
• Applicants Quality Management Systems [QMS] is Accredited to ISO 9001 at a minimum, as the brake systems are classified as Safety Critical
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: 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

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:  30/07/2021
Local time:  12:00
IV.2.3)

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

Date: 03/09/2021
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.3)

Additional information

The tender will be awarded based on the volume/number of cars to be overhauled i.e. 20no 2800 DMU Cars.
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
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