loading
  • IE-8 Dublin
  • 20.11.2017
  • Ausschreibung
  • (ID 2-281299)

Mechanical Systems Testing, Maintenance & Replacement Services Contract.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.11.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Art der Leistung Technische Ausrüstung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing mechanical systems.
    The requirements under this contract will include; planned preventative maintenance and the provision of Technical & skilled resource's.
    The current agreement for these services will expire in February 2018.
    The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.
    Location Types: IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers and Level Crossing facilities. There are over 1,300 locations nationwide.
    Type of Work: The contractor will be required to undertake both planned and unplanned maintenance activities.
    A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.
    Leistungsumfang
    Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing mechanical systems.
    The requirements under this contract will include; planned preventative maintenance and the provision of Technical & skilled resource's.
    The current agreement for these services will expire in February 2018..
    Iarnród Éireann wish to enter into a single party agreement for;
    — the supply of Mechanical systems and associated equipment,
    — the maintenance and repairs to services at various locations throughout the railway network.
    The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.
    Location Types: IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers and Level Crossing facilities. There are over 1,300 locations nationwide.
    Type of Work: The contractor will be required to undertake both planned and unplanned maintenance activities as described:
    A: Planned Preventative Maintainance Works
    Periodic & Annual Inspections and servicing of existing Mechanical HVAC & Plumbing Installations
    Administration, Issuing certification and Drafting CAD safety Files per Asset type.
    B: Unplanned ASSET Replacement — Minor Works
    Minor works include for the replacement of defective or non operational parts to existing Mechanical HVAC & Plumbing sytems currently installed in each Location type installed throughout the 3 provincial areas.
    C: The Provision of Technical, Administrative & Skilled personal with Transport, associated tools, test equipment and CAD IT terminals.
    The provision of qualified personal to carry out the following:
    Testing & cycle maintenance program
    Asset Replacement — Minor Works
    Asset Inspections — Defect report submissions
    CAD drawings & safety files — IE Sharepoint document library
    Infrastructure Asset Management System (IAM's) — Mapping all Asset types
    Safety File & IAM's Document Management system
    D: The provision of Call out / Emergency Response
    The provision of call out and emergency attendences in the event of loss of service or failure of equipment nationwide.
    24/7 Call out response within 4 hours– for non essential equipment or system failures
    24/7 Emergency call out response within 1 hour — for loss of power to essential services.
    A pre-qualification notice is attached to this notice and must be completed and returned as directed in order to be considered for tender stage.
    Adresse des Bauherren IE-8 Dublin
    TED Dokumenten-Nr. 416846-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Ireland-Dublin: Mechanical engineering services

      2017/S 202-416846

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Iarnrod Eireann-Irish Rail
      Procurement Dept, Engineering and New Works Building, Inchicore
      Dublin
      8
      Ireland
      Contact person: Martin Egan
      Telephone: +353 17031761
      E-mail: MTlkWGlrYGUlXF5YZTdgaWBqX2lYYGMlYFw=
      NUTS code: IE

      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.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=120174&B=ETENDERS_SIMPLE
      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:

       

      Mechanical Systems Testing, Maintenance & Replacement Services Contract.

       

      Reference number: 6965
      II.1.2)Main CPV code
      71333000
      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 mechanical systems.

      The requirements under this contract will include; planned preventative maintenance and the provision of Technical & skilled resource's.

      The current agreement for these services will expire in February 2018.

      The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.

      Location Types: IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers and Level Crossing facilities. There are over 1,300 locations nationwide.

      Type of Work: The contractor will be required to undertake both planned and unplanned maintenance activities.

      A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 800 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71333000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Throughout the IE Rail Network.

       

      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 mechanical systems.

      The requirements under this contract will include; planned preventative maintenance and the provision of Technical & skilled resource's.

      The current agreement for these services will expire in February 2018..

      Iarnród Éireann wish to enter into a single party agreement for;

      — the supply of Mechanical systems and associated equipment,

      — the maintenance and repairs to services at various locations throughout the railway network.

      The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.

      Location Types: IE Stations, IE CCE Engineering compounds, IE Staff facilities, CIE property & retailers and Level Crossing facilities. There are over 1,300 locations nationwide.

      Type of Work: The contractor will be required to undertake both planned and unplanned maintenance activities as described:

      A: Planned Preventative Maintainance Works

      Periodic & Annual Inspections and servicing of existing Mechanical HVAC & Plumbing Installations

      Administration, Issuing certification and Drafting CAD safety Files per Asset type.

      B: Unplanned ASSET Replacement — Minor Works

      Minor works include for the replacement of defective or non operational parts to existing Mechanical HVAC & Plumbing sytems currently installed in each Location type installed throughout the 3 provincial areas.

      C: The Provision of Technical, Administrative & Skilled personal with Transport, associated tools, test equipment and CAD IT terminals.

      The provision of qualified personal to carry out the following:

      Testing & cycle maintenance program

      Asset Replacement — Minor Works

      Asset Inspections — Defect report submissions

      CAD drawings & safety files — IE Sharepoint document library

      Infrastructure Asset Management System (IAM's) — Mapping all Asset types

      Safety File & IAM's Document Management system

      D: The provision of Call out / Emergency Response

      The provision of call out and emergency attendences in the event of loss of service or failure of equipment nationwide.

      24/7 Call out response within 4 hours– for non essential equipment or system failures

      24/7 Emergency call out response within 1 hour — for loss of power to essential services.

      A pre-qualification notice is attached to this notice and must be completed and returned as directed in order to be considered for tender stage.

       

      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: 1 800.00 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:

       

      A three year agreed with the option to renew for one additional year.

       

      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: yes
      Description of options:

       

      A three year agreed with the option to renew for one additional year.

       

      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: yes
      Identification of the project: May be required for projects financed by EU funds — it is not possible at this stage to identify these projects.
      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:

       

      Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.

       

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

       

      Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.

       

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

       

      Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.

       

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

       

      Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.

       

      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:

       

      Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.

       

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

       

      A grouping, if successful, must be prepared to contract as a single entity, or alternatively at Iarnród Éireann‘s discretion,each member of the group will be required to execute the contract and have joint and several liability.

       

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2015/S 159-293049
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/11/2017
      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
      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:

       

      September / October 2020 or September / October 2021 if the additional one year contract option is utilised.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      Chief Registrar, Four Courts, Inns Quay
      Dublin
      7
      Ireland
      Telephone: +353 18886000

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

      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:
      18/10/2017
    © 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 20.10.2017
Zuletzt aktualisiert 20.10.2017
Wettbewerbs-ID 2-281299 Status Kostenpflichtig
Seitenaufrufe 39