Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/04/2020

Expire date: 06/08/2020

External Reference: 2020-250851

TED Reference: 2020/S 069-165312

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: Mark Finnerty
Telephone: +353 17033748
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=165193&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

CCTV System Upgrade - MK4
Reference number:  7487
II.1.2)

Main CPV code

32234000  -  Closed-circuit television cameras
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

IÉ has a requirement for the services of a specialist company to supply a railway approved CCTV system. The required technical solution shall include the following;
i. Remote downloading functionality,
ii. Integration of a removable drive system,
iii. Contain fully compatible HD IP forward facing, vestibule, and saloon cameras,
iv. Include driver and carriage displays,
v. Be supported by the supply of all associated equipment and vehicle interface design services.
The equipment and design shall be of high quality, reliable and fit for use on passenger rolling stock.
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)

32231000  -  Closed-circuit television apparatus
34600000  -  Railway and tramway locomotives and rolling stock and associated parts
II.2.3)

Place of performance

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

Description of the procurement

Iarnród Éireann (IÉ) currently operate and maintain the Mark IV fleet of 67 carriages operated in eight car rakes with three spare carriages. They were delivered into service by CAF, Spain in 2006 and 2007. The fleet is fitted with an IKUSI, Spain, system which is now life expired.
There is a driving cab at the generator car end of each train rake. Traction is provided by a 201 Loco at the other end. The power supply to a CCTV system would be 24v DC. The recorder and associated equipment that is being supplied must be electrically compatible with this arrangement. The equipment and services to be supplied will include the all equipment necessary to fully integrate the CCTV system into the existing vehicles including brackets, cables, connectors, power supplies (DC/DC converters) and Ethernet switches, as well as all design, maintenance and installation instructions. First of class testing shall be conducted with IÉ as well as installation, maintenance and operational training.
IÉ has a requirement for the services of a specialist company to supply a railway approved CCTV system. The required technical solution shall include the following;
i. Remote downloading functionality,
ii. Integration of a removable drive system,
iii. Contain fully compatible HD IP forward facing, vestibule, and saloon cameras,
iv. Include driver and carriage displays,
v. Be supported by the supply of all associated equipment and vehicle interface design services.
The equipment and design shall be of high quality, reliable and fit for use on passenger rolling stock.
The Mark IV fleet is maintained at IÉ’s Inchicore Railway Works in Dublin and installation is likely to take place at this location.
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: 24
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:
An option to install the equipment will form part of the tender documentation.
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.6)

Deposits and guarantees required

Not applicable.
III.1.8)

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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 113-278490
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/04/2020
Local time:  12:00
IV.2.3)

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

Date: 13/05/2020
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