Contract notice - utilities

Information

Published

Date of dispatch of this notice: 29/11/2019

Expire date: 10/01/2020

External Reference: 2019-256978

TED Reference: 2019/S 234-574607

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
IE 4812851 O
Connolly Station,
Dublin
Dublin
IE
Contact person: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
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=158061&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

Provision on Security and Related Services to Irish Rail and the CIE Holding Company
Reference number:  7381
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann has a requirement for the Provision of security and related services.
Our Requirements can be summarised as follows:
• Frontline and On-Board Security Services
• Static and Mobile Patrol
• Open-Up and Lock-Up including Station Lifts
• Key holding Security Services
• Text Monitoring and Response Services
• Rosslare Port Security Services
• Ad Hoc Security Services and any additional Related Security Services not specifically mentioned above.
The attached PQQ document provides additional information with respect to our requirements. Please read the PQQ for a more detailed description of our requirements.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

75241000  -  Public security services
II.2.4)

Description of the procurement

Iarnród Éireann is a subsidiary company of Córas Iompair Éireann which is the publicly owned transport company of Ireland.
Rail stations and services are intensively used by a large customer base that draws from all sections of society. These factors contribute to an environment where breaches of personal and commercial security can occur. Customers and staff need to know that their security is being taken care of when they are in the rail environment. This also applies to and fixed assets.
Customers expect that their security is being professionally managed when they use rail stations and services. Customers should know that when incidents arise they will be addressed immediately and authoritatively. IÉ and Security staff also need to know that their working environment is safe and that they will be supported in taking on aspects of their job that may involve challenging interactions. The primary requirement of a Security Contractor is that they provide a professional service that is consistent to IÉ in a manner that is visible and reassuring. It must be a deterrent to those who are intent on breach of law and an authoritative response to those that breach it.
The general scope of work includes station security, security of fixed and mobile assets, mobile patrols, incident response and the particular requirements for Rosslare Europort which must be provided to BS-7858: 2012. The service provider must be capable of providing adequate additional resources at short notice if required.
Our Requirements can be summarised as follows:
• Frontline and On-Board Security Services
• Static and Mobile Patrol
• Open-Up and Lock-Up including Station Lifts
• Key holding Security Services
• Text Monitoring and Response Services
• Rosslare Port Security Services
• Ad Hoc Security Services and any additional Related Security Services not specifically mentioned above.
The attached PQQ document provides additional information on our requirements. Please review this doc.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
To be renewed in August 2023 or August 2025 if the extension option is utilised
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
See PQQ attached
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend this contract by two additional years
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

See PQQ attached

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

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: See PQQ attached
III.1.6)

Deposits and guarantees required

Will be provided at ITT stage if required
III.1.8)

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

See PQQ attached
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be provided at ITT stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/01/2020
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/02/2020
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 : 7  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
November 2023
VI.3)

Additional information

See PQQ attached
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.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Dublin
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