loading
  • IE-8 Dublin
  • 27.06.2017
  • Ausschreibung
  • (ID 2-266869)

Facilities Management Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.06.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Büro-, Verwaltungsbauten / Gewerbe-, Industriebauten
    Art der Leistung Bauleistung / Technische Ausrüstung / Facility Management
    Sprache Englisch
    Aufgabe
    Iarnród Éireann (IE) operates Rosslare Euro port, located in County Wexford. The site includes a terminal building for passengers, RORO facilities and extensive passenger vehicle and lorry parking facilities. IE are procuring the following services:
    Carpentry services;
    Electrical services;
    Mechanical engineering services;
    Painting services.
    Leistungsumfang
    Painting services
    The services required include but are not limited to general work, surface preparation and painting of external and internal concrete/plaster, timber, aluminium, PVC and steel surfaces within the terminal building and other accommodation areas, berths, paving and road surfaces, walkways, gangways etc.
    The services will also include Signwriting and safety markings, supply of scaffolding for own use, operate a cherry picker provide all tools and equipment and consumables for the service except paint which will be provided by Iarnród Éireann.
    Adresse des Bauherren IE-8 Dublin
    TED Dokumenten-Nr. 206189-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Building and facilities management services

      2017/S 103-206189

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Iarnrod Eireann-Irish Rail
      N/A
      Procurement, CIE Works, Inchicore
      Dublin
      8
      Ireland
      Contact person: Jo Turner
      Telephone: +44 1606359200
      E-mail: MjE3WV5QXV1UY2RhXVRhL1teXVYcXlNeXV1UW1sdUl5c
      NUTS code: IE

      Internet address(es):

      Main address: https://irl.eu-supply.com

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433

      I.2)Joint procurement
      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=113018&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=113018&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:

       

      Facilities Management Services.

       

      Reference number: 6879
      II.1.2)Main CPV code
      79993000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Iarnród Éireann (IE) operates Rosslare Euro port, located in County Wexford. The site includes a terminal building for passengers, RORO facilities and extensive passenger vehicle and lorry parking facilities. IE are procuring the following services:

      Carpentry services;

      Electrical services;

      Mechanical engineering services;

      Painting services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 900 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Lot 1 — Carpentry.

      Lot 2 — Electrical Services.

      Lot 3 — Mechanical Engineering Services.

      Lot 3 — Painting Services.

       

      II.2)Description
      II.2.1)Title:

       

      Carpentry Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      44230000
      45420000
      45422000
      45440000
      45442100
      45442110
      45442121
      45442180
      71314100
      71333000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Carpentry services

      The services required include but are not limited to First and Second Fixing, Roofing, Shuttering, Cabinet making, Locks, Aluminium Doors, Fencing Repairs, Other Building, Harbour and Terminal Maintenance Activities as directed by the Maintenance Foreman. The services will also include working with mechanical machinery, e.g. Bench Saw, Planer, Router, Skill Saw ,Drill Press, Chainsaw and to erect own scaffolding as necessary, operate a cherry picker provide all tools and equipment and consumables for the service except materials and power tools which will be provided by Iarnród Éireann.

      Provide a 2 hour call out service.

       

      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: 300 000.00 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:

       

      Contract is subject to renewal.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Electrical Services

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      44230000
      45420000
      45422000
      45440000
      45442100
      45442110
      45442121
      45442180
      71314100
      71333000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Electrical services

      The services required include but are not limited to building, harbour and terminal electrical maintenance and repair of external floodlighting, internal lighting, link spans, gangways and other general internal and external electrical systems and equipment.

      The services will also include working at heights up to 35 metres and working adjacent to or over water.

      Provide a 2 hour call out service.

       

      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: 200 000.00 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:

       

      Contract is subject to renewal.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Mechanical Engineering Services

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      44230000
      45420000
      45422000
      45440000
      45442100
      45442110
      45442121
      45442180
      71314100
      71333000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Mechanical engineering services

      The services required include but are not limited to maintenance and repair works on Link spans, Gangways and other steel works, as required in the Port area such as hydraulic power units, diesel generators, structural steel works and other mechanical installations.

      The services will also include working at heights up to 35 metres and working adjacent to or over water.

      Provide a 2 hour call out service.

       

      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: 200 000.00 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:

       

      Contract is subject to renewal.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Painting Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      44230000
      45420000
      45422000
      45440000
      45442100
      45442110
      45442121
      45442180
      71314100
      71333000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Painting services

      The services required include but are not limited to general work, surface preparation and painting of external and internal concrete/plaster, timber, aluminium, PVC and steel surfaces within the terminal building and other accommodation areas, berths, paving and road surfaces, walkways, gangways etc.

      The services will also include Signwriting and safety markings, supply of scaffolding for own use, operate a cherry picker provide all tools and equipment and consumables for the service except paint which will be provided by Iarnród Éireann.

       

      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: 200 000.00 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:

       

      Contract is subject to renewal.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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:

       

      As stated in the PQQ.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      As stated in the PQQ.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      As stated in the PQQ.

       

      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      As stated in the PQQ.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      As stated in the PQQ.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      As stated in the PQQ.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 27/06/2017
      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
      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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      40 months.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Central Office of the High Court
      Four Courts
      Dublin
      7
      Ireland
      Telephone: +353 18886511
      E-mail: MjEzO1xaWzZiaGVnNlhhZ2VUX0JZWVxWWDNWYmhlZ2YhXFg=
      Fax: +353 18886125
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      28/05/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 31.05.2017
Zuletzt aktualisiert 31.05.2017
Wettbewerbs-ID 2-266869 Status Kostenpflichtig
Seitenaufrufe 47