Contract notice - utilities

Information

Published

Date of dispatch of this notice: 23/07/2019

Expire date: 11/11/2019

External Reference: 2019-267729

TED Reference: 2019/S 143-353441

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
N/A
Connolly Station ,
Dublin
Dublin
IE
Contact person: David O'Sullivan
Telephone: +353 17034211
Internet address(es):
Main address: www.irishrail.ie

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=151109&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 Fire Suppression Cylinder Re-Certification and Maintenance
Reference number:  7209
II.1.2)

Main CPV code

35111500  -  Fire suppression system
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) has a 5 year requirement for the services of a specialist company to undertake the inspection, re-certification, maintenance and overhaul of cylinders on fire suppression systems for their various fleets, applicants are being asked by IÉ to participate in a tender process for the provision of specialist cylinder maintenance services on fire suppression systems.
Please take time to read the content of the notice carefully and to ensure that you provide all requested information by the specified date.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

24951220  -  Fire-extinguisher agents
31625100  -  Fire-detection systems
35111520  -  Fire suppression foam or similar compounds
50222000  -  Repair and maintenance services of rolling stock
50413200  -  Repair and maintenance services of firefighting equipment
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) has a 5 year requirement for the services of a specialist company to undertake the inspection, re-certification, maintenance and overhaul of cylinders on fire suppression systems for their various fleets, applicants are being asked by IÉ to participate in a tender process for the provision of specialist cylinder maintenance services on fire suppression systems.
The successful contractor will be required to undertake the following, in relation to IE’s maintenance requirements:
• Cylinder inspection
• Cylinder pressure testing
• Pressure sensor replacement
• Replace all defective parts where necessary
• Cylinders to be refilled and pressurised as per the specification
• On completion each cylinder must be re-certified and returned to the IÉ depot with a letter of conformance and tagged with the new expiration date and individual serial number.
• If a cylinder is not in a condition to be overhauled then IÉ may require a new replacement cylinder to be sourced from the OEM.
Fleet and Depot Details:
• 22000 ICR – Portlaosie Traincare Depot
• 2900 DMU – Drogheda DMU Depot
• 2600/2800 – Limerick Depot
• Mark IV/201/701 - Inchicore Depot
The scope of the contract will involve undertaking the re-certification, maintenance and overhaul requirement for the various cylinders fitted to the Kiddie Graviner fire suppression systems on the above fleets.
PLEASE NOTE: The Fire Suppression Systems are Safety Critical and the CME Safety Standard document ‘CME-SMS-009 Supply, Overhaul, Storage and Contract Management of Safety Critical Requirements’ will apply to this requirement. This will require IÉ’s Supplier Assurance Co-ordinator to audit suppliers of Safety Critical Components to ascertain if they achieve technical acceptability to supply safety critical components and/or systems.
Please take time to read the content of the notice carefully and to ensure that you provide all requested information by the specified date.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Subject to renewal after conclusion of contract.
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

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

Technical and professional ability

Selection criteria as stated in the procurement documents
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:  09/08/2019
Local time:  12:00
IV.2.3)

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

Date: 26/08/2019
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:  
48 months
VI.2)

Information about electronic workflows

Electronic ordering will be used
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