Contract notice - utilities

Information

Published

Date of dispatch of this notice: 05/03/2020

Expire date: 17/04/2020

External Reference: 2020-230653

TED Reference: 2020/S 049-117118

Contract notice - utilities

Contract notice – utilities

Supplies

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: Gary Mander
Telephone: +353 17034870
Fax: +353 18860567
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=163753&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

Passenger Information System Upgrade - DART
Reference number:  7317
II.1.2)

Main CPV code

48813000  -  Passenger information system
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann - Irish Rail (IÉ) procured a fleet of electrical multiple units (EMU) from Tokyu Car (Japan) in 2000-2004. This fleet of EMU are classified as the 8500 fleet which comprise of 3 variants (8500, 8510 and 8520).
The fleet comprises of 68 carriages permanently coupled in 4 car fixed formations (i.e. 4 x 8500; 3 x 8510 and 10 x 8520).
The fleet operates within the Dublin DART commuter network and is powered by overhead 1500v DC.
The fleet of 8500 EMU are based and maintained in Fairview EMU Depot (Eircode D03 K6E8).
The existing 8500 EMU fleet are fitted with passenger information systems (PIS) equipment supplied by Vemisa (8500 and 8510) and Ikusi (8520). Both systems are now obsolescent and require to be replaced with modern, reliable and best in class systems.
The new replacement systems will consistently and reliably provide accurate and timely information; provide good visibility/readability (displays) and deliver good intelligibility (audio).
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48813000  -  Passenger information system
II.2.4)

Description of the procurement

Iarnród Éireann - Irish Rail (IÉ) procured a fleet of electrical multiple units (EMU) from Tokyu Car (Japan) in 2000-2004. This fleet of EMU are classified as the 8500 fleet which comprise of 3 variants (8500, 8510 and 8520).
The fleet comprises of 68 carriages permanently coupled in 4 car fixed formations (i.e. 4 x 8500; 3 x 8510 and 10 x 8520).
The fleet operates within the Dublin DART commuter network and is powered by overhead 1500v DC.
The fleet of 8500 EMU are based and maintained in Fairview EMU Depot (Eircode D03 K6E8).
The existing 8500 EMU fleet are fitted with passenger information systems (PIS) equipment supplied by Vemisa (8500 and 8510) and Ikusi (8520). Both systems are now obsolescent and require to be replaced with modern, reliable and best in class systems.
The new replacement systems will consistently and reliably provide accurate and timely information; provide good visibility/readability (displays) and deliver good intelligibility (audio).
The new PIS equipment will be installed as standalone systems.
The core deliverable of the proposed contract will be to supply a best in class system which can be fitted into the existing fleet with minimum interface/modifications required.
The hardware supplied will cover the following at a minimum;
i. Front Exterior Destination Displays on each driver cab unit;
ii. Internal Displays in each end of the saloon;
iii. Exterior Side Displays on each carriage unit;
iv. Human Machine Interface (HMI) Display on each cab;
v. Automated Pre-recorded Announcements;
vi. Public Address (PA) System;
vii. Database/ Route Editor with a Route Simulator Software;
viii. Remote access to the PIS central unit on the train.
The new PIS equipment will be required for all 17 units.
The services to be supplied will include system design, integration and will include all equipment necessary to fully integrate it into the existing vehicle and support for safety approvals.
The successful supplier will also be required to install the new PIS system into the first 4 car unit for the purposes of first in class acceptance/type testing.
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2020  /  End: 01/10/2021
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
There will be a number of costed options relating to both enhanced functionality and installation of equipment on all units in the 8500 fleet.
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.1.6)

Deposits and guarantees required

An advance payment of a percentage of the full contract value may be made in 2020 which will require to be secured with an advance payment bond which will be procured by the successful tenderer.
III.1.7)

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

A grouping if successful must be prepared to contract as a single entity having joint and several liability with the members of the group. It will become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems relating to the contract.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

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

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:  10/04/2020
Local time:  12:00
IV.2.3)

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

Date: 01/06/2020
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 : 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 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