Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/04/2022

Expire date: 30/05/2022

External Reference: 2022-227445

TED Reference: 2022/S 086-234272

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: David O'Sullivan
Telephone: +353 17034211
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=212731&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

2600 & 2800 DMU CCTV SYSTEM
Reference number:  7552
II.1.2)

Main CPV code

32235000  -  Closed-circuit surveillance system
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 Recorder System, with removable drive system and fully compatible high-resolution IP Forward Facing Cameras [FFC] and internal saloon IP cameras that are reliable and fit for use on rail vehicles, with the core requirement being the supply of a high-quality replacement CCTV system that can be fitted to the existing installation / arrangement with a minimum of interfacing or modification. Applicants are being asked by IÉ to participate in a tender process for the supply of railway approved CCTV equipment.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
32234000  -  Closed-circuit television cameras
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Limerick
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 Recorder System, with removable drive system and fully compatible high-resolution IP Forward Facing Cameras [FFC] and internal saloon IP cameras that are reliable and fit for use on rail vehicles, with the core requirement being the supply of a high-quality replacement CCTV system that can be fitted to the existing installation / arrangement with a minimum of interfacing or modification. Applicants are being asked by IÉ to participate in a tender process for the supply of railway approved CCTV equipment.
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: 750000.00  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: yes
Description of options:
Optional Pricing:
IÉ will also seek optional pricing from the successful tenderer to undertake the installation on all units.
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/05/2022
Local time:  12:00
IV.2.3)

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

Date: 22/06/2022
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 : 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

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
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