Contract notice - utilities

Information

Published

Date of dispatch of this notice: 14/02/2022

Expire date: 22/03/2022

External Reference: 2022-288738

TED Reference: 2022/S 035-091053

Contract notice - utilities

Contract notice – utilities

Works

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: David Behan
Telephone: +353 7031776
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=207466&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

Redevelopment of Ceannt Station, Galway
Reference number:  7730
II.1.2)

Main CPV code

45213320  -  Construction work for buildings relating to railway transport
II.1.3)

Type of contract

Works
II.1.4)

Short description

As the Station buildings are listed protected much of the work will involve careful conservation of the existing building fabric therefore particular experience in this area will be essential.
Works include, see PQQ document for further information
-The removal of the existing train hall roof and its replacement with a new single span steel and glass arched roof similar in profile to the original station roof.
- Replacement of existing aluminium windows and doors with period-correct timber sash windows and doors
- Installation of a dedicated Per-Way Access Road
Internal
- Construction of 5no new station platforms including track slab, buffer stops
- Formation of a new southern concourse incl. a new entrance
II.1.5)

Estimated total value

Value excluding VAT: 26000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45210000  -  Building construction work
45213300  -  Buildings associated with transport
45213350  -  Construction work for buildings relating to various means of transport
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

As the Station buildings are listed protected much of the work will involve careful conservation of the existing building fabric therefore particular experience in this area will be essential.
The following list is some of the proposed works to the station, further detail can be viewed within the PQQ document under Section 1.1 Description of the contract being procured.
External
-The removal of the existing train hall roof and its replacement with a new single span steel and glass arched roof similar in profile to the original station roof.
- Careful conservation treatment to the external limestone ashlar walls
- Replacement of existing aluminium windows and doors with period-correct timber sash windows and doors
-Replacement of existing below ground drainage - Re & Re of new cabling, containment, lighting, PA & CCTV
- Removal of redundant fuelling facility
- Installation of a dedicated Per-Way Access Road
Internal
- Demolition of the existing 2no train station platforms
- Removal of contaminated material and remediation
– Partial demolition and reconstruction of the party wall between the station and the adjoining hotel and its reconstruction.
- Careful removal of internal dividing walls of the protected structure
- Construction of 5no new station platforms including track slab, buffer stops
- Formation of a new southern concourse incl. a new entrance
To achieve the proposed layout within the station, staff will have to be relocated. Part of the former engine shed is to be refurbished to accommodate station staff.
To ensure station operations continue during the works temporary works will be required.
To ensure rail and bus services are maintained the works will be undertaken in a number of pre-determined and approved phases.
There is limited space around the proposed site and there is a functioning and busy hotel adjoining, therefore noise levels and working hours will be subject to restrictions.
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: 26000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
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: 8
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

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/03/2022
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
Dublin
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