Contract notice - utilities

Information

Published

Date of dispatch of this notice: 29/04/2022

Expire date: 13/06/2022

External Reference: 2022-248503

TED Reference: 2022/S 087-237790

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
IE 4812851 O
Inchicore Works, Inchicore , Dublin 8
Dublin 8
D08 K6Y3
IE
Contact person: Gavin English
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=212796&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

SIGNALLING & TELECOMMUNICATIONS UPGRADE (DESIGN & BUILD) FOR THE CORK AREA COMMUTER RAIL (CACR) PROJECT.
Reference number:  7992
II.1.2)

Main CPV code

45234115  -  Railway signalling works
II.1.3)

Type of contract

Works
II.1.4)

Short description

This is a call to competition by IE for suitably qualified companies to participate in the pre-qualification process for the proposed tender for the Signalling & Telecommunications Upgrade ( Design & Build) for the Cork Area Commuter Rail ( CACR) project.
The overarching Cork Area Commuter Rail (CACR) programme comprises the heavy rail elements of CMATS. The programme objective is to deliver a transformative higher capacity, higher frequency unified through running suburban rail service for citizens within the Cork Metropolitan Area.
The Scope of this Contract is Work Package 2 – Signalling and Telecommunications Upgrade
For full details, see attached Pre-Qualification Questionnaire (PQQ)
II.1.5)

Estimated total value

Value excluding VAT: 60000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32524000  -  Telecommunications system
34632200  -  Electrical signalling equipment for railways
45234000  -  Construction work for railways and cable transport systems
45234100  -  Railway construction works
45234110  -  Intercity railway works
45234111  -  City railway construction work
45234129  -  Urban railway track construction works
45314000  -  Installation of telecommunications equipment
45316200  -  Installation of signalling equipment
48140000  -  Railway traffic control software package
60200000  -  Railway transport services
71311230  -  Railway engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

SIGNALLING & TELECOMMUNICATIONS UPGRADE (DESIGN & BUILD) FOR THE CORK AREA COMMUTER RAIL (CACR) PROJECT.
For full details, see attached Pre-Qualification Questionnaire (PQQ) document.
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: 60000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project: The Signalling and Telecommunications Upgrade project, part of the wider Cork Area Commuter Rail programme, has been identified in National Recovery and Resilience Plan (NRRP) 2021 for funding via the EU Recovery and Resilience Facility (EU RRF

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:  03/06/2022
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
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