Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/05/2019

Expire date: 26/07/2019

External Reference: 2019-293531

TED Reference: 2019/S 102-248433

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Éireann - Irish Rail
N/A
Procurement Department, Inchicore Railway Works
Inchicore, Dublin 8
D08 K6Y3
IE
Contact person: Gary Mander
Telephone: +353 17034870
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=145130&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

Commuter Fleet Framework Agreement
Reference number:  7237
II.1.2)

Main CPV code

34620000  -  Rolling stock
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration from delivery of the final order will also form part of the overall contract award.
II.1.5)

Estimated total value

Value excluding VAT: 2000000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34620000  -  Rolling stock
II.2.3)

Place of performance

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

Description of the procurement

This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
The DART Network is being expanded across three existing routes to Drogheda, Maynooth and Hazelhatch under the National Development Plan (Project 2040).
The trains will operate on 1600mm track gauge, will operate in both full length and half-length formations (i.e. where a full length formation will be between 160m and 168m in length) and will be required to meet other gauging requirements of the Irish Rail network.
The trains will be compatible with the existing DART network overhead power supply of 1500v DC (i.e. current draw, traction profile under acceleration and re-generation) and also with the power supply for the proposed extension sections. The trains will meet the current and proposed timetable performance.
It is estimated over the life of the framework agreement that up to 600 vehicles may be procured. It is also estimated that over the life of the framework agreement that a minimum of 250 vehicles will be procured.
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration will also form part of the overall contract award.
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: 2000000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
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
Objective criteria for choosing the limited number of candidates:
Please refer to the attached Pre-Qualification Questionnaire.
II.2.10)

Information about variants

Variants will be accepted: yes
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

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

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

Full details will be contained within the ITT documentation.

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

Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:  Due to the complexity of the subject matter, and the costs associated with designing and approving rolling stock, an agreement of 10 years is deemed to offer Iarnród Éireann the required latitude to fulfil its commuter fleet requirements efficiently without requiring to re-access the market at the end of 8 years.
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/07/2019
Local time:  12:00
IV.2.3)

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

Date: 02/09/2019
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 : 12  (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

While the framework agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple Units (EMU) and Battery/Electric Multiple Units (BEMU), IÉ reserves the right, subsequent to the execution of the framework agreement, to place orders solely for EMU or to place orders solely for BEMU units, in addition to the express right to place orders for both vehicle types.
VI.4)

Procedures for review

VI.4.1)

Review body

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