Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/09/2019

Expire date: 23/09/2020

External Reference: 2019-293516

TED Reference: 2019/S 184-449270

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
N/A
Connolly Station,
Dublin
Dublin
IE
Contact person: Louis Gilvarry
Telephone: +353 17033835
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=154068&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

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Independent Emergency Shut Down
Reference number:  7340
II.1.2)

Main CPV code

31200000  -  Electricity distribution and control apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Eireann -Irish Rail's "IE" Dublin area Rapid transit "DART" network is a 1,500Vdc Overhead Line Catenary System with traction return path through the track (running rails). It comprises some 45Kms of double track, 10Kms of single track and necessary stabling sidings in the Dublin area. The total length of contact wire is approximately 130Kms. The power for the DART is supplied via 13 Substations and 7 Switch Houses (also known as Track Paralleling Huts or TPHs). IE requires the services of a competent company to design, supply, install, commission and train IE staff in the operation of a centrally controlled independent Emergency Shut Down facility for 20 Traction Substations/ TPHs on the DART electrified Network. This shutdown network once established would possibly become the standard for all future projects so it is vital that this system is capable of expanding to cater for additional locations.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31210000  -  Electrical apparatus for switching or protecting electrical circuits
31682400  -  Overhead electrical equipment
31682500  -  Emergency electricity equipment
34632300  -  Electrical installations for railways
71323100  -  Electrical power systems design services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Independent Emergency Shutdown System for Traction Power
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: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This shutdown network once established would possibly become the standard for all future projects so it is vital that this system is capable of expanding to cater for additional locations.
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:  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 three 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

For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Tender documents .

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  23/10/2019
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
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

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie