Back to tenders & grants page
Ireland-Dublin: Electrical services
Receive Tenders like this by email

Ireland-Dublin: Electrical services

Ireland-Dublin: Electrical services has been closed on 19 Mar 2021. It no longer accepts any bids. For further information, you can contact the Irish Rail (Irish Rail)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Irish Rail (Irish Rail)

Industry:

Electronics & Electrical

Manufacturing

Construction & Engineering

Machinery & Equipment

Status:

Closed

Timeline

Published:

19 Feb 2021

Deadline:

19 Mar 2021

Value:

Not available

Contacts

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:88531-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Irish Rail
National registration number: Irish Rail
Postal address: Engineering and New Works, Inchicore Railway Works
Town: Dublin 8
NUTS code: IE IRELAND
Postal code: D08 K6Y3
Country: Ireland
Contact person: Karen Conroy
E-mail: [email protected]
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
Access to the procurement documents is restricted. Further information can be obtained at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=178478&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=178478&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:

Framework for Electrical Systems Works

Reference number: 7596
II.1.2)Main CPV code
71314100 Electrical services
II.1.3)Type of contract
Services
II.1.4)Short description:

Lot 1: Low Voltage Electrical Systems Works;

Lot 2: Medium Voltage Electrical Systems Works.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Low Voltage Electrical Systems Works

Lot No: 1
II.2.2)Additional CPV code(s)
45310000 Electrical installation work
45311000 Electrical wiring and fitting work
45311100 Electrical wiring work
45311200 Electrical fitting work
45317000 Other electrical installation work
45317200 Electrical installation work of transformers
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400 Repair and maintenance services of electrical distribution equipment
51110000 Installation services of electrical equipment
71300000 Engineering services
71314100 Electrical services
71334000 Mechanical and electrical engineering services
II.2.3)Place of performance
NUTS code: IE IRELAND
II.2.4)Description of the procurement:

Iarnrod Éireann (IÉ), a subsidiary of Córas Iompair Éireann (CIÉ) — (a statutory body which provides bus and rail public transport for passengers and rail freight services) — will require the services of suitably qualified electrical contractors to undertake the installation of new and or replacement of existing electrical assets throughout Ireland.

Location types: traction power substations, track paralleling huts and other railway traction settings.

Compliance: the electrical contractors will be required to undertake the design, supply, installation, commissioning and hand over activities in compliance with national and European electrical, mechanical, fire and building regulations and standards.

Certified bodies: The electrical contractors will be required to register with the appropriate supply authorities within Ireland for the provision of new and or alterations to existing electrical systems, supplies and services.

Type of work: the electrical contractors will be required to tender for asset replacement and renewal works in locations that are both occupied and unoccupied such as traction power substations, track paralleling huts and other railway traction settings.

Safe system of work: the electrical contractors will be required to undertake IE Personal Track Safety training for all works on or near the railway lines. In addition all contract staff must be hold valid Permit to access, safe pass and plant and equipment training at all times.

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
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:

Option to extend for 12 months at the discretion of Iarnród Éireann.

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

High Voltage Electrical Systems Works

Lot No: 2
II.2.2)Additional CPV code(s)
45310000 Electrical installation work
45311000 Electrical wiring and fitting work
45311100 Electrical wiring work
45311200 Electrical fitting work
45317000 Other electrical installation work
45317200 Electrical installation work of transformers
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400 Repair and maintenance services of electrical distribution equipment
51110000 Installation services of electrical equipment
71300000 Engineering services
71314100 Electrical services
71334000 Mechanical and electrical engineering services
II.2.3)Place of performance
NUTS code: IE IRELAND
II.2.4)Description of the procurement:

Iarnrod Éireann (IÉ), a subsidiary of Córas Iompair Éireann (CIÉ) — (a statutory body which provides bus and rail public transport for passengers and rail freight services) — will require the services of suitably qualified electrical contractors to undertake the installation of new and or replacement of existing electrical assets throughout Ireland.

Location types: traction power substations, track paralleling huts and other railway traction settings.

Compliance: the electrical contractors will be required to undertake the design, supply, installation, commissioning and hand over activities in compliance with national and European electrical, mechanical, fire and building regulations and standards.

Certified bodies: the electrical contractors will be required to register with the appropriate supply authorities within Ireland for the provision of new and or alterations to existing electrical systems, supplies and services.

Type of work: the electrical contractors will be required to tender for asset replacement and renewal works in locations that are both occupied and unoccupied such as traction power substations, track paralleling huts and other railway traction settings.

Safe system of work: the electrical contractors will be required to undertake IE Personal Track Safety training for all works on or near the railway lines. In addition all contract staff must be hold valid permit to access, safe pass and plant and equipment training at all times.

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
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:

Option to extend for 12 months at the discretion of Iarnród Éireann.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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 3 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.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 a single entity having joint and several liability with each member of the group.

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 several operators
Envisaged maximum number of participants to the framework agreement: 20
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/03/2021
Local time: 23:30
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
Estimated timing for further notices to be published:

February 2025 or February 2026 if the one year extension option is utlilised.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
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: [email protected]
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: [email protected]
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie
VI.5)Date of dispatch of this notice:
16/02/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more