http://ted.europa.eu/udl?uri=TED:NOTICE:30649-2022:TEXT:EN:HTML&src=0&tabId=2
Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesOfficial name: Iarnród Eireann-Irish Rail
National registration number: IE 4812851 O
Postal address: Procurement
Town: Inchicore
NUTS code: IE Éire / Ireland
Postal code: Dublin 8
Country: Ireland
Contact person: James Rattigan
E-mail: James.Rattigan@irishrail.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.3)CommunicationThe 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=205265&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=205265&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
7921 - Gantry Cranes for Portlaoise
Reference number: 7921
II.1.2)Main CPV code42414210 Travelling crane
II.1.3)Type of contractSupplies
II.1.4)Short description:
Design, supply, delivery, and commissioning of two new gantry cranes at Portloaise concrete sleeper depot (to include long term maintenance).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)42414100 Cranes
42414200 Overhead travelling cranes
42414500 Bridge cranes
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
Main site or place of performance:
II.2.4)Description of the procurement:
Design, supply, delivery, and commissioning of two new gantry cranes at Portlaoise concrete sleeper depot (to include long term maintenance) which will require a lifting capacity of 25 tonnes each.
The cranes shall be located in an external works and must be designed to resist degradation in an open environment and to be safely secured during extreme weather events.
The primary purpose of the cranes is to provide tandem lifting capability for the supply of new track panels and removal of redundant track panels from on-board works trains but they may also undertake independent lifting activities.
The cranes shall integrate with existing infrastructure of guide tracks and power supply rails and shall be capable of being operated from the ground and on-board cabin.
The contract will also include for the necessary training in the operation and maintenance of the cranes and a remedy of defects period.
The successful contractor will be required to participate and co-operate with IE’s
safety validation process for safely introducing new equipment and upgrading existing equipment.
It is IÉ’s preference to have all equipment successfully commissioned within 6 months of contract execution.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 70
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.2)Economic and financial standingList 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 abilityList 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.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.2.2)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 procedureNegotiated 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.2.1)Previous publication concerning this procedureNotice number in the OJ S: 2021/S 074-189812
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 21/02/2022
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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial 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 obtainedOfficial 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:14/01/2022