Contract notice - utilities

Information

Published

Date of dispatch of this notice: 16/02/2015

Expire date: 19/03/2015

External Reference: 2014-347396

TED Reference: 2015/S 037-064064

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Iarnrod Eireann-Irish Rail
N/A
Procurement Dept, New Works,
Inchicore  Dublin 8
IE
Contact point(s): Tommy Conlon
For the attention of: Tommy Conlon
Telephone: +353 17033713
E-mail: tommy.conlon@irishrail.ie
Internet address(es):
General address of the contracting entity: http://www.irishrail.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/433
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85811&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Port-related activities
  • Railway services
  • Urban railway, tramway, trolleybus or bus services
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Consultancy Services for new Centralised Traffic Control (CTC)Centre

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No18:  Rail transport services
    Main site or location of works, place of delivery or of performance:

    Dublin 8

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    In 2013 a strategy study was carried out by Iarnród Éireann to evaluate the performance of the existing Centralised Traffic Control (CTC) centre (based at Connolly Station, Dublin) and to determine an effective Staging Proposal for the development of a new integrated Centralised Traffic Control centre.

    A number of limitations and deficiencies associated with the existing CTC control systems were identified. It is intended that an updated and integrated CTC will be constructed to allow Iarnród Éireann to optimise management of train movements and stations. It is Iarnród Éireann’s objective to provide for all supervision, control and regulation functions within a single and integrated CTC facility.

    The new Centralised Traffic Control centre will provide for the national train control; suburban level crossing centre; network management centre (signalling, electrical and telecommunications fault identification); staff and welfare area; training room/emergency control centre; systems room, mechanical and electrical plant room and future provision will be made to allow for DART Underground control (and other potential upgrades) and a customer care centre

    Iarnród Éireann requires the services of a consultant to determine the most advantageous implementation strategy and location for a new Centralised Traffic Control (CTC) Centre and to define the user requirements, prepare the specifications and tender documentation for the CTC systems.

    The objectives of this project are:-

    Explore implementation options and determine the appropriate contract strategy for the provision of the new Centralised Traffic Control centre building and systems.

    Determine the user requirements for the new train control systems which will form part of the CTC.

    Define the tender specification for new train control systems suitable for tendering to the selected implementation and contract strategies and prepare the associated tender documents.

    Determine safety approval requirements and safety validation process for the development of the new Centralised Traffic Control Centre;

    Review location and building options to determine the most advantageous location

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71311230   Railway engineering services
    Supplementary vocabulary
    34632000   Railways traffic-control equipment
    34632200   Electrical signalling equipment for railways
    71311200   Transport systems consultancy services
    71336000   Engineering support services
    71356300   Technical support services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  yes
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    It is estimated that the contract will commence in Q2 of 2015 and will run for circa 10 months

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 010 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.1.3)

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

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.2.3)

    Technical capacity

    As stated in the Pre Qualification Questionnaire (PQQ). The PQQ is available to be downloaded fromwww.etenders.gov.ie

    Registration of this site is free and once registered you can locate the notice follow the instructions and uponnoting your interest you will be forwarded the PQQ. Should you have any problems with this process contact theperson named in the OJEU notice for assistance.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    NW 5461 TC

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    19.03.2015 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Previous experience in the design and implementation of railway control systems is essential. Refer to the Pre-Qualification Questionnaire which is available for downloading from www.etenders.gov.ie

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    The Four Courts. Inns Quay
    8  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained