Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/08/2021

Expire date: 10/09/2021

External Reference: 2021-248264

TED Reference: 2021/S 154-410225

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=194985&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

Commercial Deliveries of AdBlue® to Iarnród Éireann
Reference number:  7812
II.1.2)

Main CPV code

24957000  -  Chemical additives
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann have an on-going requirement for regular deliveries of AdBlue® to a number of nationwide locations to support its day to day operations. The deliveries are primarily required to be delivered in bulk, however there are a number of smaller requirements for 200 Liter Barrels, 1,000 Liter IBC, and 10 Liter Drums.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24951200  -  Additives for oils
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) have an on-going requirement for regular deliveries of AdBlue® to a number of nationwide locations to support its day to day operations. The deliveries are primarily required to be delivered in bulk, however there are a number of smaller requirements for 200 Litre Barrels, 1,000 Litre IBC, and 10 Litre Drums. IÉ’s requirements will grow over the life of the agreement as new railcars are entered into revenue service.
Bulk Deliveries
Bulk deliveries will eventually be required at the following locations.
o Hueston Station (2 x 50,000 Litre Capacity)
o Portloaise Traincare Depot (2 x 50,000 Litre Capacity)
o Limerick Depot (1 x 50,000 Litre Capacity)
o Waterford Station (1 x 9,000 Litre Capacity)
o Drogheda Railcar Depot (1 x 50,000 Litre Capacity)
o Cork Maintenance Depot (1 x 50,000 Litre Capacity)
o Connolly Station (1 x 50,000 Litre Capacity)
(a) It is anticipated that for the remainder of 2021, there will be a requirement for approximately 10,000 Litres per month to be delivered to both Hueston Station and Portloaise Traincare Depot.
(b) It is anticipated that for 2022, there will be a requirement for approximately 10,000 litres per month to be delivered to both Hueston Station and Portloaise Traincare Depot; and that from June onwards, as 41 new railcars are delivered and commissioned that further deliveries will be required.
(c) It is anticipated that for 2023, 2024 and 2025 that there will be a requirement for monthly deliveries to all 7 locations commensurate with the consumption rates experienced, and utilising the storage capacity available at each location.
Non-Bulk Deliveries
Non-bulk deliveries will also be required at the following locations.
(d) Rosslare Europort (Quarterly Delivery of 60 x 10 Litre Cans/Drums)
(e) Ballina Freight Yard (Currently Quarterly Deliveries of 4 x 200 Litre Barrels, however will transfer to bulk deliveries to IBC over the life of the agreement).
Ad-Hoc Deliveries
IÉ are seeking to procure the services of a single supplier to fulfil all of its requirements over the term of the contract, and as such, should any ad-hoc or new requirements present themselves over the term of the agreement, it is not the intention of IÉ to re-access the market. Ad-hoc deliveries may be in bulk, or non-bulk.
IÉ are seeking to engage with a single supplier with a nationwide distribution network, and who has a secure access to the required products so that they can guarantee deliveries to all physical locations, and with short lead-times.
IÉ anticipate that the full contract value will range from anywhere between €400,000 and €600,000 (depending on consumption rates) however the final contract value may exceed the higher end of the anticipated contract value should additional railcars be procured over the term of the agreement.
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: 600000.00  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:  
If extension option is utilised, the requirement will be re-advertised in August 2026.
If extension option is not utilised, the requirement will be re-advertised in August 2025.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
An extension option of 12 months will form part of the 4 year supply agreement. This will give a maximum contract term of 5 years.
IÉ anticipate that the full contract value will range from anywhere between €400,000 and €600,000 (depending on consumption rates) however the final contract value may exceed the higher end of the anticipated contract value should additional railcars be procured over the term of the agreement.
IÉ are seeking to procure the services of a single supplier to fulfil all of its requirements over the term of the contract, and as such, should any ad-hoc or new requirements present themselves over the term of the agreement, it is not the intention of IÉ to re-access the market. Ad-hoc deliveries may be in bulk, or non-bulk.
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.6)

Deposits and guarantees required

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.2.4)

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:  
If extension option is utilised, the requirement will be re-advertised in August 2026. If extension option is not utilised, the requirement will be re-advertised in August 2025.
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