II.1)
Scope of the procurement
METAL FABRICATION MULTI PARTY FRAMEWORK
Reference number:
7304
44400000
-
Miscellaneous fabricated products and related items
Supplies
II.1.4)
Short description
Iarnród Éireann (IÉ) invites suitably qualified and experienced companies to participate in a tender process for the establishment of a multiparty Metal Fabrication Services Framework to meet the needs of all IÉ locations nationwide.
This tender was previously advertised on RFT 168388 / OJEU Reference 2020/S 106-257953. The requirement to re-advertise was due to changes in the requested standards to Lots 2 and Lot 3.
Requirements can range from standard fabrication such as bracketry and hinges to more bespoke designed components which may require specialised welding and compliance with welding standards. Only companies with suitable fabrication expertise and experience in accordance with the strict requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots. As this is a multi-party Framework, there will be multiple suppliers selected for each lot.
II.1.6)
Information about lots
This contract is divided into lots:
yes
Standard or Basic Fabricated Parts that do not require welding
Lot No:
1
II.2.2)
Additional CPV code(s)
44315200
-
Welding materials
44617300
-
Prefabricated boxes
45255400
-
Fabrication work
45262670
-
Metalworking
45262680
-
Welding
II.2.3)
Place of performance
II.2.4)
Description of the procurement
Requirements can range from standard fabrication such as bracketry and hinges to more bespoke designed components which may require specialised welding and compliance with welding standards. Only companies with suitable fabrication expertise and experience in accordance with the strict requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 1 will compose of fabricated materials that require no welding such as hinges, engine mounting plates, welder qualification plates, brackets, pre-shaped plates, wear plates.
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
d) Railway stores and depots nationwide
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot.
II.2.11)
Information about options
Options:
yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a
maximum of 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Fabricated parts that require welding
Lot No:
2
II.2.2)
Additional CPV code(s)
44315200
-
Welding materials
44617300
-
Prefabricated boxes
45255400
-
Fabrication work
45262670
-
Metalworking
45262680
-
Welding
II.2.3)
Place of performance
II.2.4)
Description of the procurement
Requirements can range from standard fabrication such as bracketry and hinges to more bespoke designed components which may require specialised welding and compliance with welding standards. Only companies with suitable fabrication expertise and experience in accordance with the strict requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 2: will compose of fabricated parts that require welding. Requirements may contain parts mentioned in Level 3 and 4 of EN 15085-2:2007 such as equipment boxes, striking plates, handrails, steps and seating frames. Applicants will not be required to be certified to EN 15085 level 3 and 4 for Lot 2.
The applicant will have a verifiable welding system in place with EN 3834 accreditation or equivalent and welders qualified to EN 9606-1:2017 or equivalent. Applicants will have access to a Welding Supervisor and to the following NDT personnel, Visual Inspectors and Surface Testing Inspector (Dye penetrant or Magnetic Particle)
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
d) Railway stores and depots nationwide
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot.
II.2.11)
Information about options
Options:
yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a
maximum of 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Fabricated parts where welding falls under certification level 1 and 2 EN 15085-2:2007
Lot No:
3
II.2.2)
Additional CPV code(s)
44315200
-
Welding materials
44617300
-
Prefabricated boxes
45255400
-
Fabrication work
45262670
-
Metalworking
45262680
-
Welding
II.2.3)
Place of performance
II.2.4)
Description of the procurement
Requirements can range from standard fabrication such as bracketry and hinges to more bespoke designed components which may require specialised welding and compliance with welding standards. Only companies with suitable fabrication expertise and experience in accordance with the strict requirements of each lot applied for, will be considered for entry to the Framework Agreement.
The framework will be broken into 3 lots.
• Lot 3: will compose of fabricated parts in which the welding fall under certification level 1 and 2 EN 15085-2:2007 such as welded parts of bogies underframes, fuel tanks, pressurised vessels, welded brake components. Applicants will be qualified to EN 15085-2:2007 level 1 and 2.
The locations to be covered by the framework (But not limited to):
a) Chief Mechanical Engineering Dept. (Dublin, Cork, Portlaoise, Drogheda and Limerick)
b) Signalling Maintenance facilities. (Dublin, Mayo, Drogheda, Tipperary and Athlone)
c) Nationwide Civil Engineering facilities which are dispersed across the national railway infrastructure (Tipperary, Cork, Kerry, Dublin, Louth , Meath, Wicklow, Waterford, Carlow, Wexford, West Meath, Galway, Clare, Leitrim and Mayo)
d) Railway stores and depots nationwide
The duration of the contract will be 4 years with the option to extend by 1 year at the sole discretion of IÉ. As this is a multi-party Framework, there will be multiple suppliers selected for each lot.
II.2.11)
Information about options
Options:
yes
Description of options:
The duration of the framework shall be 4 years with the option to extend by 1 year up to a
maximum of 5 years
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no