Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/09/2021

Expire date: 04/09/2021

External Reference: 2021-280301

TED Reference: 2021/S 173-452573

Contract notice - utilities

Contract notice – utilities

Services

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: Deirdre O'Riordan
Telephone: +353 17033732
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=196892&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

Disposal of creosote sleepers and telegraph Poles at Portlaoise Depot, Youghal and New Ross
Reference number:  7818
II.1.2)

Main CPV code

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann - Irish Rail is looking for suitably qualified companies to participate in the pre-qualification process for the Removal and Disposal of Creosote Treated Timber Railway Sleepers and Cresote treated Telegraph Poles located at the following;
1. Portlaoise Sleeper Depot, Portlaoise, Co Laois
2. Youghal, Co Cork
3. New Ross, Co Wexford.
The disposal process must be in line with the European Directives 76-769 and 94-60 and all other relevant applicable laws/legislation.
This contract will have three lots :
Lot 1. Portlaoise Sleeper Depot, Portlaoise, Co Laois
Lot 2. Youghal, Co Cork
Lot 3. New Ross, Co Wexford.
II.1.5)

Estimated total value

Value excluding VAT: 2400000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Disposal of creosote sleepers at Portlaoise Depot, Co Laois
Lot No:  1
II.2.2)

Additional CPV code(s)

90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann - Irish Rail is looking for suitably qualified companies to participate in the pre-qualification process for the Removal and Disposal of Creosote Treated Timber Railway Sleepers located at Portlaoise Sleeper Depot, Portlaoise, Co Laois.
The disposal process must be in line with the European Directives 76-769 and 94-60 and all other relevant applicable laws/legislation.
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: 1300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Disposal of creosote sleepers and telegraph Poles at Youghal, Co Cork
Lot No:  2
II.2.2)

Additional CPV code(s)

90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann - Irish Rail is looking for suitably qualified companies to participate in the pre-qualification process for the Removal and Disposal of Creosote Treated Timber Railway Sleepers and Telegraph poles located at Youghal, Co Cork
The disposal process must be in line with the European Directives 76-769 and 94-60 and all other relevant applicable laws/legislation.
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: 24
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Disposal of creosote sleepers at New Ross, Co Wexford
Lot No:  3
II.2.2)

Additional CPV code(s)

90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann - Irish Rail is looking for suitably qualified companies to participate in the pre-qualification process for the Removal and Disposal of Creosote Treated Timber Railway Sleepers located at New Ross, Co Wexford.
The disposal process must be in line with the European Directives 76-769 and 94-60 and all other relevant applicable laws/legislation.
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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:  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.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

Restricted procedure
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:  04/09/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin 7
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