Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/07/2021

Expire date: 09/08/2021

External Reference: 2021-283287

TED Reference: 2021/S 131-349220

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: Tommy Conlon
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=192663&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

DART+ Rail Fleet Consultant Advisory Services
Reference number:  7791
II.1.2)

Main CPV code

71311200  -  Transport systems consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Service Provider shall support Irish Rail during the New Fleet project by:
• undertaking reviews of the design and specification documentation submitted by the manufacturer;
• undertaking factory inspections visits, including factory acceptance tests, during vehicle manufacturing to monitor build quality;
• provide on-site personnel to monitor build quality on a continuous basis during the manufacturing period if requested;
• developing specification variations if required; v) developing comprehensive vehicle acceptance tests and monitoring the undertaking of such tests; and
• assisting Irish Rail in getting statutory approval for the placing in service of the new fleet.
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
63711100  -  Train monitoring services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631100  -  Machinery-inspection services
71700000  -  Monitoring and control services
72225000  -  System quality assurance assessment and review services
72241000  -  Critical design target specification services
79212300  -  Statutory audit services
90711500  -  Environmental monitoring other than for construction
90714500  -  Environmental quality control services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Service Provider shall support Irish Rail during the New Fleet project by:
• undertaking reviews of the design and specification documentation submitted by the manufacturer;
• undertaking factory inspections visits, including factory acceptance tests, during vehicle manufacturing to monitor build quality;
• provide on-site personnel to monitor build quality on a continuous basis during the manufacturing period if requested;
• developing specification variations if required; v) developing comprehensive vehicle acceptance tests and monitoring the undertaking of such tests; and
• assisting Irish Rail in getting statutory approval for the placing in service of the new fleet.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
Contract will contain an option to extend for a period up to a further two years on a 12 month by 12 month basis at Irish Rails discretion and subject to performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Iarnród Éireann - Irish Rail may award additional services directly related to the delivery of the services advertised that are at this moment unforeseen but may become apparent during the delivery of the services and or the manufacturing of the DART + Fleet
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.1.6)

Deposits and guarantees required

For full details, please download a copy of the attached Pre-Qualification Questionnaire
III.1.7)

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

For full details, please download a copy of the attached Pre-Qualification Questionnaire
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

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:  09/08/2021
Local time:  12:00
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.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

The High Court
Dublin
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