Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/04/2023

Expire date: 14/06/2023

External Reference: 2023-265557

TED Reference: 2023/S 079-239673

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: Laura Andrade
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=240425&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

Enterprise Rail Project - Rail Vehicle Advisory Services (1)
Reference number:  8125A
II.1.2)

Main CPV code

71311200  -  Transport systems consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Enterprise Fleet Replacement Project (EFRP) is a joint venture project between Northern Ireland Railways (NIR) and Iarnród Éireann (IÉ). Both companies are responsible for the provision of passenger rail services, including the procurement and maintenance of rolling stock, within Northern Ireland & Republic of Ireland. It is intended to procure a new Enterprise fleet to operate hourly passenger services on the Belfast - Dublin railway. The EFRP team requires Professional Support for “Rail Fleet Advisory Services” (RFAS) to assist with procurement support, technical support, safety approvals, supply & quality assurance and testing & commissioning support of the new rail fleet.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34610000  -  Rail locomotives and tenders
34620000  -  Rolling stock
34622200  -  Railway passenger coaches
34622400  -  Railway carriages
60200000  -  Railway transport services
71311230  -  Railway engineering services
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Enterprise Fleet Replacement Project (EFRP) is a joint venture project between Northern Ireland Railways (NIR) and Iarnród Éireann (IÉ). Both companies are responsible for the provision of passenger rail services, including the procurement and maintenance of rolling stock, within Northern Ireland & Republic of Ireland. It is intended to procure a new Enterprise fleet to operate hourly passenger services on the Belfast - Dublin railway. The EFRP team requires Professional Support for “Rail Fleet Advisory Services” (RFAS) to assist with procurement support, technical support, safety approvals, supply & quality assurance and testing & commissioning support of the new rail 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: 96
This contract is subject to renewal: yes
Description of renewals:  
Contract will have a 2 year renewal option on a year by year basis subject to Irish Rail Approval
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Contract will have a 2 year renewal option on a year by year basis subject to Irish Rail Approval
The successful tenderer may be required to carry out additional services directly related to the delivery of the scope of service issued with the tender package. These additional services can only be identified during the delivery of the contract.
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:  22/05/2023
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
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