Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/07/2015

Expire date: 10/08/2015

External Reference: 2015-067371

TED Reference: 2015/S 132-244461

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Iarnród Éireann-Irish Rail
N/A
Engineering Procurement, CIE Works,
8  Inchicore, Dublin
IE
For the attention of: Gavin Cahill
Telephone: +353 17031755
E-mail: gavin.cahill@irishrail.ie
Fax: +353 18860567
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Port-related activities
  • Railway services
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Treatment of Surface Rail Defects

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Rail Network within the Island of Ireland

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Iarnród Éireann wishes to seek expressions of interest for the provision of a service for removal of surface rail defects.

    These defects which vary in depth from 0.01mm to 25.00mm include among others, gauge corner cracking, side-wear, corrugations, wheel burns, shelling, high and low dipped joints.

    The service will be required to operate throughout the rail network on the island of

    Ireland.

    The equipment required to provide this service will be mounted on a suitable self-

    propelled rail vehicle which will be capable of operating within track possession

    supplied by the railway company i.e. Iarnród Éireann.

    Please note the track gauge on the Iarnród Éireann network is 1602mm.

    The service will require the contractor to provide the necessary on-track rail

    machine or road rail vehicle, consumables, trained competent staff to operate

    and maintain the equipment together with all necessary support systems. It will

    be a requirement of the contract for the service provider to make available post

    condition surveys of the rail head as deemed necessary by the railway company

    i.e. Iarnród Éireann.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50225000   Railway-track maintenance services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  yes
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Iarnród Éireann envisages that a contractual arrangement for the Treatment of Surface Rail Defects will be for a period of not less than 5 years, with between 100 and 200 shifts required per annum.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    To be set out in the tender documents.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    To be set out in the tender documents.

    III.1.3)

    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 each member of the group.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Pre-Qualification Questionnaire (PQQ) appended to this notice.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Pre-Qualification Questionnaire (PQQ) appended to this notice.

    III.2.3)

    Technical capacity

    As per the Pre-Qualification Questionnaire (PQQ) appended to this notice.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    CCE/5566/GC

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    10.08.2015 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_ES]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Applicants are required to complete the Pre-Qualification Questionnaire (PQQ) appended to this notice.

    The negotiated procedure will be used for the award of contract under this notice.

    The successful tenderer will be required to provide a valid Tax Clearance Certificate from the Irish Revenue Commissioners.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Chief Registrar, Four Courts
    7  Inns Quay, Dublin
    IE
    Telephone: +353 18886000
    Internet address: http://ww.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained