Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/07/2018

Expire date: 20/08/2018

External Reference: 2018-171450

TED Reference: 2018/S 137-313812

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Gary Mander
Telephone: +353 17034334
Fax: +353 18860567
NUTS code:  IE0 -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=132387&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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

Supply of EN590 ULSD
Reference number:  7091
II.1.2)

Main CPV code

09134220  -  Diesel fuel (EN 590)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann purchases, stores and distributes diesel fuel on behalf of all companies within Córas Iompair Éireann (CIÉ). This tender relates to the purchase of EN 590 ULSD delivered by ship to IE’s bonded fuel depot at Alexandra Rd, in Dublin Port. IE’s tanks in Dublin Port have a nominal capacity of 10,000 Tonnes (2 x 5,000 tonne tanks).
At present, IE advises the contractor of their volume delivery requirements before the 15th of the month before the required delivery date. The fuel oil supplied must meet the requirements of the EN 590 Standard -2009 (as amended from time to time). A certificate of conformance must accompany all deliveries ensuring the delivered product meets standard EN 590.
The contract will commence on Jan 1st 2019 and will run for a term of 5 years.
II.1.5)

Estimated total value

Value excluding VAT: 200000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09134220  -  Diesel fuel (EN 590)
II.2.3)

Place of performance

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

Description of the procurement

Iarnród Éireann purchases, stores and distributes diesel fuel on behalf of all companies within Córas Iompair Éireann (CIÉ).
CIÉ are the national public transport provider in Ireland and the required fuel covers the respective bus fleets of Bus Éireann (BE), Dublin Bus - Bus Atha Cliath (BAC) as well as the rolling stock fleets of Iarnród Éireann.
Fuel is currently delivered by ship to IE’s bonded fuel depot at Alexandra Rd, in Dublin Port. IE’s tanks in Dublin Port have a nominal capacity of 10,000 Tonnes (2 x 5,000 tonne tanks). On a daily basis, fuel is delivered by road tanker to rail and bus depots around the country. IE is required to hold 55 days stock at all times by the National Oil Reserves Agency. At present, IE advises the contractor of their volume delivery requirements before the 15th of the month before the required delivery date. The fuel oil supplied must meet the requirements of the EN 590 Standard -2009 (as amended from time to time). A certificate of conformance must accompany all deliveries ensuring the delivered product meets standard EN 590.
The contract will commence on Jan 1st 2019 and will run for a term of 5 years.
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: 200000000.00  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:  
This requirement will be re-advertised in 2023 for the period covering 2024 to 2029.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There are 2 options to this requirement.
Option 1 - Supply of EN 590 directly to Rosslare Europort for use in the Tug Fleet (Approx 100,000 Liters Per Annum)
Option 2 - Supply of Biofuel Certificates to assist CIÉ in meeting its obligations under the BOS.
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:  Not Applicable.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please refer to the attached pre-qualification questionnaire.
III.1.6)

Deposits and guarantees required

Please refer to the attached pre-qualification questionnaire.
III.1.7)

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

Please refer to the attached pre-qualification questionnaire.
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

Please refer to 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:  20/08/2018
Local time:  12:00
IV.2.3)

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

Date: 01/09/2018
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 : 3  (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:  
60 Months
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
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
D7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie/