Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 10/12/2021

External Reference: 2021-225089

TED Reference: 2021/S 243-642065

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Éireann - Irish Rail
N/A
Procurement Department, Inchicore Railway Works
Inchicore, Dublin 8
D08 K6Y3
IE
Contact person: Gary Mander
Telephone: +353 17034870
Fax: +353 18860567
NUTS code:  IE -  IRELAND
Internet address(es):
I.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Commuter Fleet Framework Agreement
Reference number:  7237
II.1.2)

Main CPV code

34620000  -  Rolling stock
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration from delivery of the final order will also form part of the overall contract award.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34620000  -  Rolling stock
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
The DART Network is being expanded across three existing routes to Drogheda, Maynooth and Hazelhatch under the National Development Plan (Project 2040).
The trains will operate on 1600mm track gauge, will operate in both full length and half-length formations (i.e. where a full length formation will be between 160m and 168m in length) and will be required to meet other gauging requirements of the Irish Rail network.
The trains will be compatible with the existing DART network overhead power supply of 1500v DC (i.e. current draw, traction profile under acceleration and re-generation) and also with the power supply for the proposed extension sections. The trains will meet the current and proposed timetable performance.
It is estimated over the life of the framework agreement that up to 600 vehicles may be procured. It is also estimated that over the life of the framework agreement that a minimum of 250 vehicles will be procured.
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration will also form part of the overall contract award.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Sustainability  /  Weighting:  2.5%
Quality criterion  -  Name:  Maintainability  /  Weighting:  5%
Quality criterion  -  Name:  Optimising the Platform Train Interface  /  Weighting:  5%
Quality criterion  -  Name:  Floor Height  /  Weighting:  7.5%
Quality criterion  -  Name:  Accessibility  /  Weighting:  2.5%
Quality criterion  -  Name:  Optimisation of Passenger Floor Space  /  Weighting:  2.5%
Quality criterion  -  Name:  Aesthetics  /  Weighting:  2.5%
Quality criterion  -  Name:  Overall Quality of Passenger Environment  /  Weighting:  10%
Quality criterion  -  Name:  Lead Time  /  Weighting:  5%
Quality criterion  -  Name:  Project Planning Methodology  /  Weighting:  2.5%
Quality criterion  -  Name:  Improvement on Running Times  /  Weighting:  5%
Cost criterion  -  Name:  Capital Cost of the Units:  /  Weighting:  25%
Cost criterion  -  Name:  Provision of Spare Parts:  /  Weighting:  10%
Cost criterion  -  Name:  Labour Cost  /  Weighting:  7.5%
Cost criterion  -  Name:  Operational Cost  /  Weighting:  7.5%
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 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

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 102-248433

Section V: Award of contract

Contract No: 1

Title: Commuter Fleet Framework Agreement - BEMU (Battery/Electric) and EMU

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/11/2021
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Alstom Transport SA
389191982
48 rue Albert Dhalenne,
93400 SAINT OUEN
FR
Telephone: +33 157069666
NUTS code:  FR -  FRANCE
Internet address: http://www.alstom.com

The contractor is an SME : no

Section VI: Complementary information

VI.3)

Additional information

While the framework agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple Units (EMU) and Battery/Electric Multiple Units (BEMU), IÉ reserves the right, subsequent to the execution of the framework agreement, to place orders solely for EMU or to place orders solely for BEMU units, in addition to the express right to place orders for both vehicle types.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Chief Registrar, Four Courts, Inns Quay
Dublin
7
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie/