Contract notice - utilities

Information

Published

Date of dispatch of this notice: 09/11/2018

Expire date: 30/11/2018

External Reference: 2018-221442

TED Reference: 2018/S 218-500331

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
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=137956&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

Supply of Halogen Free and EN45545 Compliant 6 Core Multi-Core Power Cable (4 x 95mmsq and 2 x 10mmsq)
Reference number:  7084
II.1.2)

Main CPV code

44321000  -  Cable
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann has a requirement to procure approximately 500m of Halogen Free and EN45545 compliant 6 Core Multi-Core Power Cable (4 x 95mmsq and 2 x 10mmsq) for use as part of an inter-car power jumper replacement project.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31300000  -  Insulated wire and cable
31321200  -  Low- and medium-voltage cable
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Iarnród Éireann has a requirement to procure approximately 500m of Halogen Free and EN45545 compliant 6 Core Multi-Core Power Cable (4 x 95mmsq and 2 x 10mmsq) for use as part of an inter-car power jumper replacement project.
The cable will conform to the requirements of DIN VDE 0295 / IEC 60228 Class 6.
For reference, the existing cable is Nexans 213 (RY1500SSO SSF 63-827) and a core requirement of the new supply agreement will be that the replacement cable has ts the same electrical and mechanical characteristics as the referenced Nexans product.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
This contract is subject to renewal: no
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: 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:  Not Applicable
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
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
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

Not Applicable

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 115-262559
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/11/2018
Local time:  12:00
IV.2.3)

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

Date: 14/01/2019
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 payment will be used
VI.3)

Additional information

Please be advised that this tender process is being conducted electronically via the eTenders portal.
This 2 stage process is being conducted under the Negotiated Procedure and will require interested parties to download a copy of the attached pre-qualification questionnaire, complete the required information and upload the completed document to the contract notice.
Following the scoring of all submitted pre-qualification questionnaires, it is envisaged that a shortlist of the most suitable candidates will be invited to tender. Only companies who pass Stage 1 of the process will be invited to tender and be permitted to submit a commercial offer at Stage 2.
No email correspondence will be permitted. All communication will be managed through the electronic tendering functionality of the eTenders platform.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts, Inns Quay
Dublin
7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie/