Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/06/2019

Expire date: 22/11/2019

External Reference: 2019-291623

TED Reference: 2019/S 113-278490

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
N/A
Connolly Station ,
Dublin
Dublin
IE
Contact person: David O'Sullivan
Telephone: +353 17034211
Internet address(es):
Main address: www.irishrail.ie

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=148661&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

Locomotive CCTV for MKIV Fleet
Reference number:  7268
II.1.2)

Main CPV code

92222000  -  Closed circuit television services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Iarnród Éireann (IÉ) has a requirement for the services of a specialist company to supply a Railway approved CCTV system. It shall include remote downloading, removable drive system, fully compatible HD IP forward facing, vestibule, and saloon cameras, Driver and Carriage Displays and all associated equipment and vehicle interface design. The equipment and design shall be of high quality, reliable and fit for use on passenger rolling stock.
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.
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)

35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125300  -  Security cameras
II.2.3)

Place of performance

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

Description of the procurement

Iarnród Éireann (IÉ) has a requirement for the services of a specialist company to supply a Railway approved CCTV system. It shall include remote downloading, removable drive system, fully compatible HD IP forward facing, vestibule, and saloon cameras, Driver and Carriage Displays and all associated equipment and vehicle interface design. The equipment and design shall be of high quality, reliable and fit for use on passenger rolling stock.
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.
The Mark IV fleet is maintained at IÉ’s Inchicore Railway Works in Dublin and installation is likely to happen there.
Please Note: IÉ will install the equipment to the vehicles. The supplier shall provide specific instruction for the design, installation, maintenance, configuration, and maintenance of the system both mechanically and electrically.
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: 12
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.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See Procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See Procurement documents
III.1.6)

Deposits and guarantees required

Not Applicable
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 group 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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  12/07/2019
Local time:  12:00
IV.2.3)

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

Date: 30/07/2019
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: www.courts.ie