Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 12/10/2021

External Reference: 2021-223909

TED Reference: 2021/S 201-525862

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Supplies

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.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

METAL FABRICATION MULTI PARTY FRAMEWORK
Reference number:  7304
II.1.2)

Main CPV code

44400000  -  Miscellaneous fabricated products and related items
II.1.3)

Type of contract

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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 129-317600

Section V: Award of contract

Contract No: 1

Title: Standard or Basic Fabricated Parts that do not require welding

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Title: Fabricated parts that require welding

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 3

Title: Fabricated parts where welding falls under certification level 1 and 2 EN 15085-2:2007

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3)

Additional information

Decision has been made by Iarnród Éireann not to proceed with this tender process
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