Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/05/2022

Expire date: 06/07/2022

External Reference: 2022-205048

TED Reference: 2022/S 099-275322

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: Caroline OReilly
Telephone: +353 7034181
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=214340&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

LONG TERM SUPPLY AND SUPPORT OF A COMPUTER BASED INTERLOCKING SYSTEM
Reference number:  7863
II.1.2)

Main CPV code

34632200  -  Electrical signalling equipment for railways
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

IÉ are seeking to install a Computer Based Interlocking (CBI) Cabinet that contains the interlocking logic which processes the route setting activity based on the dispatcher command, and the control of the trackside with the corresponding level of safety.
Object Controllers (OC) that monitor and control trackside objects are also required.
Lineside Electronic Units (LEU) may be required as a part of this tender.
This contract will run for circa 25 years
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34632000  -  Railways traffic-control equipment
34940000  -  Railway equipment
34942000  -  Signalling equipment
35262000  -  Crossing control signalling equipment
45234115  -  Railway signalling works
45316200  -  Installation of signalling equipment
60200000  -  Railway transport services
63711000  -  Support services for railway transport
63711100  -  Train monitoring services
71311230  -  Railway engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

IÉ are seeking to install a Computer Based Interlocking (CBI) Cabinet that contains the interlocking logic which processes the route setting activity based on the dispatcher command, and the control of the trackside with the corresponding level of safety.
Object Controllers (OC) that monitor and control trackside objects are also required.
Lineside Electronic Units (LEU) may be required as a part of this tender.
This contract will run for circa 25 years
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: 50000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 300
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: 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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:  The majority of IÉ’s signalling network is controlled by Route Relay Interlocking system and SSI ,distributed nationally. These interlocking’s with exception of one, are of the 1980’s vintage. A 25+ year Framework agreement will ensure that IE will deliver a uniform and consistent system across the network during the mitigation ( upgrade / replacement) from the obsolete systems .
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:  22/06/2022
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.4.4)

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