Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/10/2016

Expire date: 11/11/2016

External Reference: 2016-507126

TED Reference: 2016/S 200-361323

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Engineering Procurement, CIE Works,
Dublin 8
Inchicore
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=103916&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

Rolling Stock Coupler Systems Overhaul
Reference number:  6614
II.1.2)

Main CPV code

50222000  -  Repair and maintenance services of rolling stock
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) are seeking expressions of interest from suitably qualified and experienced companies to participate in a tender process for the overhaul of rolling stock automatic and inter-car train coupling systems.
The automatic coupling systems are manufactured by Voith Turbo Scharfenberg GmbH (Part No. Scharfenberg 1.330.204) and are in the region of between 6 to 9 years in passenger service.
The inter-car ‘semi-permanent’ coupling systems are manufactured by Voith Turbo Scharfenberg GmbH (Part No. 2.330.205) and are in the region of between 6 to 9 years in passenger service.
Companies will have a demonstrable record in undertaking mechanical and electrical maintenance on Scharfenberg type automatic train coupling devices and inter-car ‘semi-permanent’ coupling systems.
Companies will also have a fully auditable supply chain for sourcing replacement parts of a safety critical nature.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34600000  -  Railway and tramway locomotives and rolling stock and associated parts
34631000  -  Parts of locomotives or rolling stock
50224000  -  Reconditioning services of rolling stock
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) are seeking expressions of interest from suitably qualified and experienced companies to participate in a tender process for the overhaul of rolling stock automatic and inter-car train coupling systems.
IÉ have a requirement to overhaul in the region of 130 automatic coupling systems between 2017 and 2019; and 340 inter-car coupling systems between 2017 and 2019.
The automatic coupling systems are manufactured by Voith Turbo Scharfenberg GmbH (Part No. Scharfenberg 1.330.204) and are in the region of between 6 to 9 years in passenger service.
The inter-car ‘semi-permanent’ coupling systems are manufactured by Voith Turbo Scharfenberg GmbH (Part No. 2.330.205) and are in the region of between 6 to 9 years in passenger service.
Companies will have a demonstrable record in undertaking mechanical and electrical maintenance on Scharfenberg type automatic train coupling devices and inter-car ‘semi-permanent’ coupling systems.
Companies will also have a fully auditable supply chain for sourcing replacement parts of a safety critical nature.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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: 5
Objective criteria for choosing the limited number of candidates:
Depending on the quantity and quality of submissions received, it is anticipated that a maximum of 5 companies will be invited to tender for the provision of the safety critical services required.
II.2.10)

Information about variants

Variants will be accepted: yes
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:  Not Applicable.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Selection Criteria;
Relevant Experience 55%
Quality Management 15%
Capacity and Resources 10%
Health and Safety 10%
Environmental Policy 5%
Contract Dispute History 5%
IÉ are seeking to pre-qualify a shortlist of the most suitably qualified service providers.
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

A service level agreement will form part of the contractual terms and conditions.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/11/2016
Local time:  12:00
IV.2.3)

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

Date: 28/11/2016
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:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
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
Inns Quay
Dublin
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie/

VI.5)

Date of dispatch of this notice

14/10/2016