Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/08/2021

Expire date: 10/09/2021

External Reference: 2021-263754

TED Reference: 2021/S 152-405590

Contract notice - utilities

Contract notice – utilities

Supplies

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: Gary Mander
Telephone: +353 17034870
Fax: +353 18860567
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=193063&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 Rolling Stock Engine Filters (OIl, Fuel, Water and Air)
Reference number:  7617
II.1.2)

Main CPV code

42913000  -  Oil, petrol and air-intake filters
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

IÉ consume in excess of 30 different filter types as part of its planned preventative maintenance activities. These filters are oil, water, air and fuel types and are used predominantly in engine or compressor applications. IÉ are seeking to procure the services of a specialist distributor of engine and compressor filters who will ensure that all maintenance locations are supplied with the required filter types to meet the demands of the planned preventative (running) maintenance activities.
The filters required will be approved by the respective equipment manufacturers (i.e. MAN, Cummins, EMD) for use in rail applications, and IÉ are seeking a sole supplier to fulfil all of IÉ’s filtration requirements over the term of the agreement. A full listing of IÉ’s current filters can be found in the attached document ‘IÉ_Filters_Listing_August_2021’.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42514310  -  Air filters
42913300  -  Oil filters
42913400  -  Petrol filters
42913500  -  Air-intake filters
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

IÉ consume in excess of 30 different filter types as part of its planned preventative maintenance activities. These filters are oil, water, air and fuel types and are used predominantly in engine or compressor applications. IÉ are seeking to procure the services of a specialist distributor of engine and compressor filters who will ensure that all maintenance locations are supplied with the required filter types to meet the demands of the planned preventative (running) maintenance activities.
The filters required will be approved by the respective equipment manufacturers (i.e. MAN, Cummins, EMD) for use in rail applications, and IÉ are seeking a sole supplier to fulfil all of IÉ’s filtration requirements over the term of the agreement. A full listing of IÉ’s current filters can be found in the attached document ‘IÉ_Filters_Listing_August_2021’. IÉ may not be in a position to consider alternative makes/models of filters on the basis that (a) the required testing and engineering change process for any alternative product would oblige Iarnród Éireann to acquire equipment having technical characteristics different from those of existing equipment, resulting in disproportionate costs given the relatively low expenditure on each filter type; and (b) the current warranty provided under IÉ’s engine maintenance contractor may be invalidated.
A key deliverable under the proposed agreement will be for the successful tenderer to provide, or have access to, technical support from the filter OEM to assist IÉ introduce product improvements, or participate in investigations, over the life of the agreement, should they be required.
IÉ anticipate expenditure exceeding €100,000 per annum across the full filtration requirements.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This is a recurring tender requirement.
If the 1 year extension option is not utilised, the requirement will be re-advertised in August 2025.
If the 1 year extension option is utilised, the requirement will be re-advertised in August 2026.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend the agreement by 1 additional year.
There will also be the possibility that additional filters may be added to the final agreement over its term.
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.
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:  10/09/2021
Local time:  12:00
IV.2.3)

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

Date: 01/11/2021
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:  
48 Months (If extension option is not utilised); 60 Months (If extension option is utilised)
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
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