Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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.2.2)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:
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.2.2)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:
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:
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.2.2)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:
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:
III.1.2)Economic and financial standing
List and brief description of selection criteria:
III.1.3)Technical and professional ability
List and brief description of selection criteria:
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
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:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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:
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
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