Contract notice - utilities

Information

Published

Date of dispatch of this notice: 23/09/2020

Expire date: 28/10/2020

External Reference: 2020-256279

TED Reference: 2020/S 188-454855

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
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=174451&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

Rosslare Europort Terminal Management System
Reference number:  7377
II.1.2)

Main CPV code

98362000  -  Port management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Terminal operations in Rosslare Europort are currently managed on a manual/paper-based system which is out-dated and leads to operational inefficiencies IE require a complete turnkey solution which includes maintenance and licencing agreements. In line with this, IE are seeking to define the requirements for such a system in order to go to market with a tender proposal to procure a Port Terminal management System to assist with the digitization of the Port.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45316230  -  Installation of port signalling equipment
48100000  -  Industry specific software package
63721500  -  Passenger terminal operation services
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) is the publicly owned rail transport company of Ireland with responsibility for the upkeep and development of the national rail network along with the provision of rail passenger, freight services and the management of Rosslare Europort. A strategic review of Rosslare Europort prepared towards the end of 2018, recommended investment in customer facilities, port infrastructure, assets and new technology. The Port is targeting growth and new business opportunities with a positive outlook for the future.
Terminal operations in Rosslare Europort are currently managed on a manual/paper-based system which is out-dated and leads to operational inefficiencies. The review recommended the implementation of an IT Terminal Management System to transform from a manual run port to Ireland's leading smart port. IE require a complete turnkey solution which includes maintenance and licencing agreements. In line with this, IE are seeking to define the requirements for such a system in order to go to market with a tender proposal to procure a Port Terminal management System to assist with the digitization of the Port.
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:  
Initial Contract is for a period of 3 years with the option to extend by a further 2 years 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 193-470098
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/10/2020
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