Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/07/2017

Expire date: 04/09/2017

External Reference: 2017-519252

TED Reference: 2017/S 145-300314

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The 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=116490&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Other activity:  Roads and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Luas Infrastructure Asset Audit
Reference number:  TII081
II.1.2)

Main CPV code

71631470  -  Railway-track inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII is a state body that is the infrastructure provider for Luas and its remit is to secure the provision of, or to provide, such light railway and metro infrastructure as may be determined from time to time by the Minister. TII has the responsibility to ensure the infrastructure assets of Luas are receiving appropriate care and are being managed effectively. This procurement process shall result in the appointment of an external independent and expert team to perform condition appraisals of the assets within the Luas Asset Portfolio, (such as track, depots, structures, car parks, power systems etc.). Full details of the scope is contained within the RFT Document - Appendix 1: Requirements & Specifications.
The Luas Infrastructure Asset Audit (LIAA) will be an intensive review/audit of the Luas asset portfolio detailed in the RFT document.
The duration of the contract is 5 years and the estimated price is €100k per year or €500k in total.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71311230  -  Railway engineering services
71312000  -  Structural engineering consultancy services
71318000  -  Advisory and consultative engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71337000  -  Corrosion engineering services
71350000  -  Engineering-related scientific and technical services
71631400  -  Technical inspection services of engineering structures
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Appointed Suppliers own Office with Site Visits and working as required in Dublin
II.2.4)

Description of the procurement

Luas is Dublin's light rail system and consists of two separate lines, the Red Line and the Green Line. The system comprises 37 kilometres of track, two maintenance depots, 54 stops and a fleet of 66 light rail vehicles. Luas carried 34 million passenger journeys in 2016. A 5.6 kilometre extension to the Green Line is currently under construction and is scheduled to open in December 2017. The system will then comprise 43 kilometres of track, three depots and 73 light rail vehicles, and is expected to carry 42 million passenger journeys in 2018. Further expansion of the system is anticipated.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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

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:  Stated in the Request for Tender (RFT) Document
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Stated in the Request for Tender (RFT) Document
III.1.6)

Deposits and guarantees required

See the Request for Tender (RFT) Document
III.1.7)

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

See the Request for Tender (RFT) Document
III.1.8)

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

See the Request for Tender (RFT) Document
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See the Request for Tender (RFT) Document
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/09/2017
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  04/09/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.5)

Date of dispatch of this notice

28/07/2017