II.1)
Scope of the procurement
Maintenance, repairs and replacement works on existing fire alarm and detection systems
Reference number:
6964
31625100
-
Fire-detection systems
Services
II.1.4)
Short description
Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm & Detection systems .
The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.
The current agreement for these services will expire in January 2018.
Iarnród Éireann wish to enter into a single party agreement for;
• the supply of Fire Detection and Alarm 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.
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.
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
31625200
-
Fire-alarm systems
45312100
-
Fire-alarm system installation work
51700000
-
Installation services of fire protection equipment
75251110
-
Fire-prevention services
II.2.3)
Place of performance
Main site or place of performance:
Throughout the Irish Rail Network
II.2.4)
Description of the procurement
Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm & Detection systems .
The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.
The current agreement for these services will expire in January 2018.
Iarnród Éireann wish to enter into a single party agreement for;
• the supply of Fire Detection and Alarm 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 Staff facilities, CIE retailers, CIE/IE administration buildings, IE/ SET equipment buildings and the port of Rosslare Harbour. There are over 1,300 location types nationwide that are occupied by the public, operating staff and multi discipline safety critical engineering depots, work shops and equipment buildings.
Type of Work: The contractor will be required to undertake both planned maintenance, unplanned repairs and call out/ emergency response as described :
A: Planned Preventative Maintainance Works
• Mandatory testing/servicing of Fire Detection and Alarm Conventional /Addressable systems, Public Address Voice Alarm systems, Tunnel Linear detection systems, Lift shaft Aspiration systems and gas extinguishing systems in compliance with IS 3218 standards.
• The provision of key holder notifications via 24/7 365 call centre utilising GSM technology to existing and new systems.
• The provision of log books , certification displays at each panel and electronic issue to IE Share point document management system.
• The administration and electronic issuing of fault repairs to IE Engineer on a weekly basis.
• The CAD revisions of existing and the compiling of new Fire system safety files per location.
B: Unplanned ASSET Replacement – Minor Works
• Minor works include for the replacement of defective or non operational parts to existing Fire Alarm & Detection sytems currently installed in each Location type throughout the 3 provincial areas.
• Asset condition surveys of existing and proposed new systems.
• Handover / Acceptance testing of Third Party New Works projects.
C: The provision of Call out / Emergency Response
• The provision of call out and emergency attendences in the event of fault, loss of service or failure of Fire System nationwide.
• 24/7 Call out response within 2 hours– for fault, call centre notifications or system failures.
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.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
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 methodology for the provision of Technical & Skilled Resources
/
Weighting:
10
Price
-
Weighting:
70%
II.2.11)
Information about options
Options:
yes
Description of options:
3 year agreement with the option to renew for 1 additional year
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
May be required for projects financed by EU funds — it is not possible at this stage to identify these projects.