Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/06/2021

Expire date: 28/07/2021

External Reference: 2021-242055

TED Reference: 2021/S 126-335056

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: Stephen Walsh
Telephone: +353 17033721
NUTS code:  IE -  IRELAND
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=191970&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

Train Consists (Fleet Management System)
Reference number:  7780
II.1.2)

Main CPV code

72212140  -  Railway traffic control software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a Traffic Management System , Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its Fleet management capability ..
Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future Stock availability is not known to the Train Planning system.
In Addition, the Traffic Management System can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34943000  -  Train-monitoring system
48100000  -  Industry specific software package
48140000  -  Railway traffic control software package
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a Traffic Management System , Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its Fleet management capability ..
Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future Stock availability is not known to the Train Planning system.
In Addition, the Traffic Management System can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff.
The new Fleet Management System must:
• Be able to integrate with existing systems, such as TPS, TMS and SAP PM using Mulesoft.
• Should the timetable change, the updates should be incorporated into Train Consists planning with transparent changes that allows for optimisation.
• Facilitate strategic decision-making by identifying potential efficiency improvements as well as potential cost reductions.
• Manage the individual Traction units as well as the carriages.
• Integrate with our SAP PM (Plant Maintenance) system and detail conflicts on the maintenance system before committing the train on future timetables.
• Integrate with TMS to provide information on real-time rolling stock formations, including changes to the rolling stock roster used as the basis of each train timetable.
• Be able to determine (For long term plans) what rolling stock maintenance schedules there are, as-well-as know when in the future the rolling stock will be unavailable.
• Have the ability to calculate planned distance (kilometres) and predict the maintenance schedule.
• Integrate with the Train planning system to obtain current or planned timetables. It must confirm, according to availability, if the proposed timetable changes can be applied to the roster and highlight any roster conflicts.
• Be able to integrate the timetables seamlessly from the TPS and must take any changes to the timetable into account by highlighting the resulting issues in the rolling stock rosters
• Configurable rules depending on the type of rolling stock, for other additional services and planned maintenance work.
• Be able to manage the individual Traction units as well as the carriages.
• Have an optimisation function that can create and update multi-day rolling stock rosters.
• Multiple user levels i.e. Depot Level, Traffic Control Overall View, Management Level fleet analysis, reporting etc.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for 3 years with an option to extend by a further 24 months at IE's discretion
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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.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.1.8)

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:  28/07/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 7
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