Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/02/2022

Expire date: 26/04/2022

External Reference: 2022-217039

TED Reference: 2022/S 043-112748

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 17034948
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=208369&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

Diesel Engine Overhaul Service Agreement
Reference number:  7815
II.1.2)

Main CPV code

71333000  -  Mechanical engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

IÉ has an operational fleet of Diesel Multiple Unit’s (DMU) and Intercity ‘Push Pull’ trainsets equipped with diesel main traction engines and generating sets (together referred to as “the engines”).
IÉ has a requirement for a specialist service provider to undertake planned overhaul work, and unplanned repairs, on the engines.
IÉ are seeking high quality, all-inclusive overhaul and repair services, which will build on the current reliability levels and which result in improvements where possible. Technical innovation and product enhancement will be encouraged and high level warranty support between overhaul events will be essential.
All engines will be overhauled to an agreed programme, and the installation and removal from the vehicle will not from part of the final scope of requirements.
The term of the agreement will be for an initial period of 5 years, with an option to extend by an additional 2 year period.
II.1.5)

Estimated total value

Value excluding VAT: 17000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34600000  -  Railway and tramway locomotives and rolling stock and associated parts
45453000  -  Overhaul and refurbishment work
50222000  -  Repair and maintenance services of rolling stock
71300000  -  Engineering services
71336000  -  Engineering support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Background
IÉ has an operational fleet of Diesel Multiple Unit’s (DMU) and Intercity ‘Push Pull’ trainsets equipped with diesel main traction engines and generating sets (together referred to as “the engines”).
IÉ has a requirement for a specialist service provider to undertake planned overhaul work, and unplanned repairs, on the engines.
IÉ are seeking high quality, all-inclusive overhaul and repair services, which will build on the current reliability levels and which result in improvements where possible. Technical innovation and product enhancement will be encouraged and high level warranty support between overhaul events will be essential.
All engines will be overhauled to an agreed programme, and the installation and removal from the vehicle will not from part of the final scope of requirements.
The term of the agreement will be for an initial period of 5 years, with an option to extend by an additional 2 year period.
Fleet Information
Class 2600 DMU (Traction Engine - Cummins NTA 855-R1; Generator Engine - Cummins 6B5.9GR)
17 vehicles introduced into service in 1994.
Class 2800 DMU (Traction Engine - Cummins NTA 855-R1; Generator Engine - Cummins 6B5.9GR)
20 vehicles introduced into service between 2000 and 2001.
Class 29000 DMU (Traction Engine - MAN D2876 LUH; Generator Engine - Cummins 6B5.9GR)
116 vehicles introduced into service between 2003and 2005.
MK4 Push Pull Generator Car (Generator Engine – MAN Engine Model No. 2848 LE202)
8 vehicles introduced into service in 2006.
For draft 5 year programme, please refer to the attached document titled '7815_Supp_Info_24022022.pdf'.
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: 17000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
If no extension option is exercised, the contract will be re-advertised in 2027.
If the extension option is exercised, the contract will be re-advertised in 2029.
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:
Please refer to the attached PQQ.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
IÉ may extend the initial 5 year agreement by a further 2 years.
UTEX engines may be included in the final specification instead of an engine overhaul, provided any UTEX supplied is an identical reconditioned and warranted serviceable spare exchanged in replacement for a used complete engine or generator set.
There may be a requirement for the supply of Long Block engines, and associated dressing kits, to be provided in place of overhauling a number (or all) of the 29000 DMU Main Traction engines. This option may form part of the core requirement of the agreement.
There may be a requirement for the supply of genuine OEM parts for both Cummins and MAN engines, for use to support IÉ. The volume of spare parts will depend on the final number of Long Block engines purchased over the life of the agreement.
There may be a requirement for technical labour to be provided to support the respective depots as part of the planned preventative maintenance activities.
IÉ will be seeking to conclude any agreement on the basis of the best technical commercial and technical offering, which may include alternative warranty offerings (e.g. event to event, fixed term etc.)
Overhaul of electrical alternators may form part of the core requirements.
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.
Minimum level(s) of standards possibly required:  
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.1.6)

Deposits and guarantees required

Not applicable.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Not applicable.
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.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  01/04/2022
Local time:  12:00
IV.2.3)

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

Date: 01/07/2022
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:  
2027 (If extension option is not utilised); 2029 (If extension option is utilised)
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