Contract notice - utilities

Information

Published

Date of dispatch of this notice: 03/05/2019

Expire date: 27/11/2019

External Reference: 2019-280012

TED Reference: 2019/S 088-212037

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Richard Latimer
Internet address(es):
Main address: www.irishrail.ie

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=145888&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

Framework Agreement for the Supply of IP HD Cameras and PTZ CCTV Cameras
Reference number:  7192
II.1.2)

Main CPV code

38651000  -  Cameras
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This is a call to competition by IE for the establishment of a Framework Agreement for The Supply of IP HD Cameras and PTZ CCTV Cameras.
This is Single Supplier Framework Agreement with two Lots:
Lot One: Supply of IP HD Cameras
Lot Two: Supply of PTZ CCTV Cameras
The requirement for both Lots includes the supply of Cameras associated hardware and software to various locations including but not limited Limerick, Dublin, Cork and Westport. The requirement is supply and delivery of equipment only; design, installation and maintenance are not required under either Lot of this Framework Agreement.
As this is a single Supplier Framework, one Supplier will be the sole supplier for each Lot. Bidders are able to bid for both Lots.
Spend and quantities of equipment under both Lot are not guaranteed under this Framework.
II.1.5)

Estimated total value

Value excluding VAT: 4150750.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Supply of IP HD Cameras
Lot No:  1
II.2.2)

Additional CPV code(s)

35125300  -  Security cameras
92222000  -  Closed circuit television services
II.2.4)

Description of the procurement

Lot One: Supply of IP HD Cameras
This equipment is required to upgrade current composite CCTV sites and integrate with current IP CCTV sites. A full technical specification will be provided at tender stage. The requirements include, but are not limited to:
• Bullet cameras
• HD Dome cameras
• HD Micro cameras
• Wide angle / panoramic cameras
• Licence plate cameras
• Relevant accessories for all comers and 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: 3960000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
an option to extend for up to 24 months.
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
II.2)

Description

II.2.1)

Title

Supply of PTZ CCTV Cameras
Lot No:  2
II.2.2)

Additional CPV code(s)

35125300  -  Security cameras
92222000  -  Closed circuit television services
II.2.4)

Description of the procurement

Lot Two: Supply of PTZ CCTV Cameras
This equipment is required to replace existing stationary cameras currently in use at Level Crossings, will be controlled from an equipment room located at Level Crossings and viewed remotely by a signalman. A full technical specification will be provided at tender stage. The requirements include, but are not limited to:
• Analogue image with low voltage power supply.
• Lens with a minimum of 64 degree wide angle
• Pole top and wall mounts
• Pelco P 9600 control protocol
• A wiper which can be triggered remotely by a dry contact separate from the keyboard.
• Following restart after power loss/reset, the camera must automatically move to a preset location.
• Capability to operate at a distance of 80m from its power supply and connection junction box.
• The height of the on-screen text must take up approximately 6 percent of the screen.
• It must be possible to position the text at any position on the screen
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: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
with an option to extend up to 24 months.
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.2)

Conditions related to the contract

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 several operators
Envisaged maximum number of participants to the framework agreement:  2
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:  20/05/2019
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.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Inns Quay
Dublin
Dublin 7
IE
Internet address: http://www.courts.ie