Services - 36478-2022

21/01/2022    S15

Ireland-Dublin: Repair and maintenance services of electrical and mechanical building installations

2022/S 015-036478

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Iarnród Eireann-Irish Rail
National registration number: IE 4812851 O
Postal address: Connolly Station,
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: Dublin
Country: Ireland
Contact person: Jonathan Bayley
E-mail: Jonathan.Bayley@irishrail.ie
Telephone: +353 17030000
Internet address(es):
Main address: http://www.irishrail.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433
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=205314&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=205314&B=ETENDERS_SIMPLE
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:

Powered Gates and Shutters

Reference number: 7848
II.1.2)Main CPV code
50710000 Repair and maintenance services of electrical and mechanical building installations
II.1.3)Type of contract
Services
II.1.4)Short description:

Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Powered Gates, Shutters, Doors and Barriers. The requirements under this contract will include; planned preventative maintenance, unplanned repair works, installation of new and certificate submissions to IE Sharepoint document library.

II.1.5)Estimated total value
Value excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
34928300 Safety barriers
44221200 Doors
44221400 Shutters
45315100 Electrical engineering installation works
45317000 Other electrical installation work
45421131 Installation of doors
45421142 Installation of shutters
50116100 Electrical-system repair services
71314100 Electrical services
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:

Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Powered Gates, Shutters, Doors and Barriers. The requirements under this contract will include; planned preventative maintenance, unplanned repair works, installation of new and certificate submissions to IE Sharepoint document library.

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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The proposed duration of the contract is 4 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The proposed duration of the contract is 4 years with the option to extend for 1 additional year at Iarnród Éireann’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.2.14)Additional information

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.1.3)Information about a framework agreement or a dynamic purchasing system
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: 18/02/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: yes
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Central Office of the High Court
Postal address: Four Courts
Town: Dublin 7
Postal code: D07 N972
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie
VI.4.2)Body responsible for mediation procedures
Official name: Central Office of the High Court
Postal address: Four Courts
Town: Dublin 7
Postal code: D07 N972
Country: Ireland
E-mail: HighCourtCentralOffice@courts.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
Official name: Central Office of the High Court
Postal address: Four Courts
Town: Dublin 7
Postal code: D07 N972
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie
VI.5)Date of dispatch of this notice:
17/01/2022