Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/02/2021

Expire date: 19/03/2021

External Reference: 2021-276886

TED Reference: 2021/S 036-091083

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: Tommy Conlon
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=180070&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 Safety Assessor - DART + Project
Reference number:  7631
II.1.2)

Main CPV code

79417000  -  Safety consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The DART+ Programme is a series of projects that will create a fully integrated metropolitan area DART Network for the Dublin Area with the objective to increase the capacity of the DART Network. An Independent Assessor (IA) is required to perform specific assessments and audits as required, in order to establish the adequacy and rigor of the Safety Management process throughout the development of the four heavy rail infrastructure projects [DART+ West; DART+ South West; DART+ Coastal Northern; DART+ Coastal Southern]. The IA will be required to assess the implementation of safety and hazard management at each project stage, APIS Stage 2 – Stage 6, and assure that risks have been reduced to an acceptable level in accordance with the Common Safety Method on Risk Assessment and Evaluation [CSM 402/2009], Railway Safety Act 2005 [RSA] and Electrotechnical Standard requirements [CENELEC].
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71313410  -  Risk or hazard assessment for construction
II.2.4)

Description of the procurement

The award will be on the basis of a single party framework agreement. The DART+ Programme is a series of projects that will create a fully integrated metropolitan area DART Network for the Dublin Area with the objective to increase the capacity of the DART Network. An Independent Assessor (IA) is required to perform specific assessments and audits as required, in order to establish the adequacy and rigor of the Safety Management process throughout the development of the four heavy rail infrastructure projects [DART+ West; DART+ South West; DART+ Coastal Northern; DART+ Coastal Southern]. The IA will be required to assess the implementation of safety and hazard management at each project stage, APIS Stage 2 – Stage 6, and assure that risks have been reduced to an acceptable level in accordance with the Common Safety Method on Risk Assessment and Evaluation [CSM 402/2009], Railway Safety Act 2005 [RSA] and Electrotechnical Standard requirements [CENELEC].
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: 72
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Contract may be extended for an additional one (1) year subject to the progress of the project and notwithstanding at IÉ's discretion.
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.
Minimum level(s) of standards possibly required:  
See attached Pre Qualification Questionnaire
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See attached Pre Qualification Questionnaire
III.1.6)

Deposits and guarantees required

See attached Pre Qualification Questionnaire
III.1.7)

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

See 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

See attached Pre Qualification Questionnaire
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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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:  19/03/2021
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.3)

Additional information

See attached Pre Qualification Questionnaire
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

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