Contract notice - utilities

Information

Published

Date of dispatch of this notice: 10/03/2022

Expire date: 15/04/2022

External Reference: 2022-283952

TED Reference: 2022/S 052-136426

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: Tommy Conlon
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=209348&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

Framework Agreement Heavy & General Haulage Services
Reference number:  7960
II.1.2)

Main CPV code

60100000  -  Road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann – Irish Rail (IÉ) has a requirement for the services of competent road transport haulage providers specialising in heavy haulage / abnormal load services in the Republic of Ireland and on occasion to the UK. IÉ intends to establish a multi-party framework agreement for heavy & general haulage services in 3 Lots:
Lot 1. Heavy and General Haulage.
Lot 2. Bulk Tippers (substitute road haulage for Tara Mines Rail Freight as required)
Lot 3. Containers Haulage (substitute road haulage for Ballina-Dublin Port and Ballina- Waterford Rail Freight as required)
See attached
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

Heavy & General Haulage Services
Lot No:  1
II.2.2)

Additional CPV code(s)

60200000  -  Railway transport services
63711000  -  Support services for railway transport
63712000  -  Support services for road transport
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

See attached PQQ. Full details of each requirement will be issued to those shortlisted and invited to join the framework agreement
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: 36
This contract is subject to renewal: yes
Description of renewals:  
Two year extension option at IÉ's discretion
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be an option to extend the Framework duration for a further two years on a year by year basis at IÉ's discretion.
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

Bulk Tippers (substitute road haulage for Tara Mines Rail Freight as required)
Lot No:  2
II.2.2)

Additional CPV code(s)

60200000  -  Railway transport services
63711000  -  Support services for railway transport
63712000  -  Support services for road transport
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

See attached PQQ. Full details of each requirement will be issued to those shortlisted and invited to join the framework agreement
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: 36
This contract is subject to renewal: yes
Description of renewals:  
Two year extension option at IÉ's discretion
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be an option to extend the Framework duration for a further two years on a year by year basis at IÉ's discretion.
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

Containers Haulage (substitute road haulage for Ballina-Dublin Port and Ballina- Waterford Rail Frei
Lot No:  3
II.2.2)

Additional CPV code(s)

60200000  -  Railway transport services
63711000  -  Support services for railway transport
63712000  -  Support services for road transport
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

See attached PQQ. Full details of each requirement will be issued to those shortlisted and invited to join the framework agreement
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: 36
This contract is subject to renewal: yes
Description of renewals:  
Two year extension option at IÉ's discretion
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be an option to extend the Framework duration for a further two years on a year by year basis at IÉ's discretion.
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.
Minimum level(s) of standards possibly required:  
See 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.
Minimum level(s) of standards possibly required:  
See attached Pre-Qualification Questionnaire
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See attached Pre-Qualification Questionnaire
III.1.6)

Deposits and guarantees required

See attached Pre-Qualification Questionnaire
III.1.7)

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

See attached Pre-Qualification Questionnaire
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See 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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  7
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:  11/04/2022
Local time:  12:00
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:  
2027
VI.3)

Additional information

See attached Pre-Qualification Questionnaire
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

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
Internet address: http://www.courts.ie