Contract notice - utilities

Information

Published

Date of dispatch of this notice: 10/06/2022

Expire date: 13/07/2022

External Reference: 2022-208443

TED Reference: 2022/S 114-322708

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: Caroline O Reilly
Telephone: +353 17034181
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=212690&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 - 29000 DMU Fleet
Reference number:  7894
II.1.2)

Main CPV code

48813000  -  Passenger information system
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This is a call to competition by IE for the procurement of ‘Passenger Information System – 29000 DMU Fleet’ (the “Contract”).
Iarnród Éireann (IÉ) currently operate and maintain the Class 29000 DMU fleet of 29 four-car Units. This fleet operates a commuter service. The fleet is fitted with an IKUSI (Spain) Passenger Information System (PIS) which is now life expired.
The new PIS will have remote access capability to allow live updating of timetables and transmission of emergency messages, as well as remote diagnostics to aid failure identification and maintenance.
The new system will be required to integrate onto the trains and their existing onboard systems to ensure seamless operation.
The system will be integrated with electrical and electronic systems, and application of correct coverage and sight lines of displays. The contract will include the design , supply, installation, commissioning, technical and repair support service.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34600000  -  Railway and tramway locomotives and rolling stock and associated parts
48813200  -  Real-time passenger information system
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

This is a call to competition by IE for the procurement of ‘Passenger Information System – 29000 DMU Fleet’ (the “Contract”).
Iarnród Éireann (IÉ) currently operate and maintain the Class 29000 DMU fleet of 29 four-car Units. This fleet operates a commuter service. They were supplied by CAF and went into service from early 2003 to mid-2005. The fleet is fitted with an IKUSI (Spain) Passenger Information System (PIS) which is now life expired.
This system is an audio and visual communication system which predominantly delivers automated safety and destination information to passengers. Speakers ,displays and passenger communication devices are positioned throughout each carriage. External displays are fitted to on the sides of each carriage, as well as front destination displays on each end of a four-car Unit. Automatic messages are driven via onboard computer and positioning systems. Manual driver communication is also possible over the Public Address system.
The new PIS will have remote access capability to allow live updating of timetables and transmission of emergency messages, as well as remote diagnostics to aid failure identification and maintenance. The new system will be required to integrate onto the trains and their existing onboard systems to ensure seamless operation. All relevant railway standards will be applied including TSI-PRM – Technical Specification Interoperability – Persons with Disabilities and Reduced Mobility. The system will be integrated with electrical and electronic systems, and application of correct coverage and sight lines of displays.
The contract will include the design , supply, installation, commissioning, technical and repair support service.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 86
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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.
Minimum level(s) of standards possibly required:  
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:  
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

An advance payment may form part of the contract award.
Any such advance payment will be required to be protected by an unconditional on-demand advance payment bond.
III.1.7)

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

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/07/2022
Local time:  12:00
IV.2.3)

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

Date: 01/08/2022
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 : 12  (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