Mechanical engineering services (№7480076)

13 apr

Number: 7480076

Country: Ireland

Source: TED


Link to original

To view links to the source need to register

Publication date


13-04-2018

Description


  1. Section I
    1. Name and addresses
      Iarnrod Eireann-Irish Rail
      Procurement Dept, Engineering and New Works Building
      Dublin 8
      Inchicore
      Ireland
      Telephone: +353 17031761
      E-mail: [email protected]
    2. Type of the contracting authority:
    3. Main activity:
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Mechanical Systems Testing, Maintenance and Replacement Services Contract


        Reference number: 6965
      2. Main CPV code:
        71333000, 71333000
      3. Type of contract:
        Services
      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 and 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 and 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.


      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:
      2. Additional CPV code(s):
        71333000
      3. Place of performance:
        Main site or place of performance:

        Throughout the IE Rail Network.


      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 and 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 and 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 and Annual Inspections and servicing of existing Mechanical HVAC and 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 and Plumbing systems 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 and cycle maintenance program.

        Asset Replacement – Minor Works.

        Asset Inspections – Defect report submissions.

        CAD drawings and safety files – IE Sharepoint document library.

        Infrastructure Asset Management System (IAM’s) – Mapping all Asset types.

        Safety File and 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.


      5. Award criteria:
        Quality criterion - Name: Proposed methodology and approach for the provision and management of Planned Preventative Maintenance Works / Weighting: 10 %
        Quality criterion - Name: Proposed methodology and approach for the provision and management of Unplanned Asset Replacement Works / Weighting: 10 %
        Quality criterion - Name: Proposed expertise, including the submission of CVs, for the provision of Technical & Skilled Resources to undertake the works / Weighting: 10 %
        Price - Weighting: 70 %
      6. Information about options:
        Options: yesDescription of options:

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


      7. Information about European Union funds:
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 202-416846
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Title:

      Mechanical Systems Testing, Maintenance and Replacement Services Contract


    2. Award of contract
      1. Date of conclusion of the contract: 2018-03-12
      2. Information about tenders:
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        LMC Energy Solutions Ltd
        463065
        Unit 5, The Courtyard
        Nangor Road
        Dublin 22
        Ireland
        Telephone: +353 15334920
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):


      5. Information about subcontracting:

  5. Section VI
    1. Additional information
    2. Procedures for review
      1. Review body
        The High Court
        Chief Registrar, Four Courts
        Inns Quay
        Dublin 7
        Ireland
        Telephone: +353 18886000
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2018-04-11