Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/09/2019

Expire date: 29/10/2019

External Reference: 2019-296790

TED Reference: 2019/S 185-451398

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
N/A
Procurement, Engineering & New Works Building,
Inchicore
Dublin 8, D08 K6Y3
IE
Contact person: Martin Egan
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=154354&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

Long Term Contract for the Provision of Rail Flaw Detection Services
Reference number:  7371
II.1.2)

Main CPV code

71631470  -  Railway-track inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann requires the services of a competent Contractor to test the rail over its network for defects. The service required involves the provision of trained operators and equipment to scan the rail network to detect both internal and rolling contact surface defects and to provide reports and analysis to Iarnród Éireann.
The existing contract for these services will expire in May 2020
Iarnród Éireann proposes to pre-qualify a number of suitably qualified candidates to participate in a tender process for the provision of Rail Flaw Detection Services
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50225000  -  Railway-track maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Throughout the IE Rail Network
II.2.4)

Description of the procurement

This is a call to competition by Iarnród Éireann (IÉ) for the long term supply of rail flaw detection services.
IÉ operates a railway network of over 2274 miles of track of which;
(i) 102 miles are electrified.
(ii) 1,800 miles are continuous welded rail on concrete sleepers.
(iii) 475 miles are jointed rail on timber sleepers.
IÉ needs to identify defects in the rails and implement a programme of correcting such defects based on a priority basis determined by the risk associated with the category of defect.
a. Part of this process is to identify invisible defects using a rail mounted vehicle which can identify potential defects using non destructive scanning methods; typically Ultrasonic and Eddy Current. This process will be carried out by the appointed contractor using an equipped vehicle.
b. The ultrasonic testing system shall be capable of detecting, displaying and classifying the presence of discontinuities likely to be present in the rail and reporting the findings to IÉ.
c. The potential defects are categorised and a report is prepared in a pre determined format and submitted to IÉ.
d. IÉ staff investigate the potential defects using manual equipment to verify the presence of an actual defect and its status; the Contractor will advise IÉ on which type of equipment they deem most suitable.
e. IÉ is responsible to correct the defects.
Scope of Work - General
• IÉ requires the service of a competent Contractor who will test the rail over the IÉ network for defects.
• The Contractor shall be required to install the equipment required to detect defects to IÉs track recording vehicle. This is a purpose built test vehicle that IÉ also uses to record track quality and geometry.
• A dedicated space will be provided on the track recording vehicle (both on board and on the bogie frame) to allow the Contractor to install test equipment.
• The track recording vehicle is operated on behalf of IÉ by an OTM Contractor. IÉ will arrange operation of the track recording vehicle in accordance with an agreed programme at no cost to the Contractor.
• The testing is required to be executed during the day or night, weekdays and weekends. IÉ will organise the shifts and possession to obtain optimum track access. IÉ will decide at which time shifts will start, but a 2-week advance notification of an agreed start time will be the norm.
• The Contractor will be required to work an estimated 10 to 20 shifts covering approximately 50% of the network in each programme, with 2 programmes per year.
• The Contractor will be required to undertake testing in live traffic. Systems which require the provision of track possessions to operate will not be considered. The contractors test equipment must be capable of testing at speed of 80kph in live traffic.
• To ensure efficient use of the track recording vehicle, IÉ may choose to combine the operation of ultrasonic / eddy current testing programmes with other track quality / geometry test programmes.
The Contract the subject of this competition for thirty six (36) months with the option available to IE to extend annually for up to two (2) additional years
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
This contract will operate for a period of 3 years with an option to extend annually for a further two years.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
This contract will operate for a period of 3 years with an option to extend annually for a further two years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: May be required for projects financed by EU funds — it is not possible at this stage to identify these projects

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.
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.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Grouping if successful must be prepared to contract as a single entity, or alternatively at Iarnród Éireann's discretion,each member of the group will be required to execute the contract and have joint and several liability
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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2015/S 165-302275
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/10/2019
Local time:  12:00
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 : 60  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
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