Contract notice - utilities

Information

Published

Date of dispatch of this notice: 29/11/2019

Expire date: 10/01/2020

External Reference: 2019-256978

TED Reference: 2019/S 234-574607

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Iarnród Eireann-Irish Rail
IE 4812851 O
Connolly Station,
Dublin
Dublin
IE
[Contactpoint]: Fergal Riggs
[AddressPhone]: +353 017033718
[AddressFax]: +353 014537349
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=158061&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivRailway]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision on Security and Related Services to Irish Rail and the CIE Holding Company
[Fileref]:  7381
II.1.2)

[CpvMain]

79710000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Iarnród Éireann has a requirement for the Provision of security and related services.
Our Requirements can be summarised as follows:
• Frontline and On-Board Security Services
• Static and Mobile Patrol
• Open-Up and Lock-Up including Station Lifts
• Key holding Security Services
• Text Monitoring and Response Services
• Rosslare Port Security Services
• Ad Hoc Security Services and any additional Related Security Services not specifically mentioned above.
The attached PQQ document provides additional information with respect to our requirements. Please read the PQQ for a more detailed description of our requirements.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

75241000  - 
II.2.4)

[DescrProcurement]

Iarnród Éireann is a subsidiary company of Córas Iompair Éireann which is the publicly owned transport company of Ireland.
Rail stations and services are intensively used by a large customer base that draws from all sections of society. These factors contribute to an environment where breaches of personal and commercial security can occur. Customers and staff need to know that their security is being taken care of when they are in the rail environment. This also applies to and fixed assets.
Customers expect that their security is being professionally managed when they use rail stations and services. Customers should know that when incidents arise they will be addressed immediately and authoritatively. IÉ and Security staff also need to know that their working environment is safe and that they will be supported in taking on aspects of their job that may involve challenging interactions. The primary requirement of a Security Contractor is that they provide a professional service that is consistent to IÉ in a manner that is visible and reassuring. It must be a deterrent to those who are intent on breach of law and an authoritative response to those that breach it.
The general scope of work includes station security, security of fixed and mobile assets, mobile patrols, incident response and the particular requirements for Rosslare Europort which must be provided to BS-7858: 2012. The service provider must be capable of providing adequate additional resources at short notice if required.
Our Requirements can be summarised as follows:
• Frontline and On-Board Security Services
• Static and Mobile Patrol
• Open-Up and Lock-Up including Station Lifts
• Key holding Security Services
• Text Monitoring and Response Services
• Rosslare Port Security Services
• Ad Hoc Security Services and any additional Related Security Services not specifically mentioned above.
The attached PQQ document provides additional information on our requirements. Please review this doc.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 60
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
To be renewed in August 2023 or August 2025 if the extension option is utilised
II.2.9)

[LimitOperators]

[EnvisagedMin]: 5  /  [MaxNumber]: 8
[CriteriaChoosingLimited]:
See PQQ attached
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Option to extend this contract by two additional years
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

See PQQ attached

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: See PQQ attached
III.1.6)

[DepositsRequired]

Will be provided at ITT stage if required
III.1.8)

[LegalFormTaken]

See PQQ attached
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Will be provided at ITT stage

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  06/01/2020
[Time]:  16:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 14/02/2020
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 7  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
November 2023
VI.3)

[InfoAdditional]

See PQQ attached
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
[AddressPhone]: +353 18886511
[AddressFax]: +353 18886125

VI.4.2)

[MediationBody]

Central Office of the High Court
Dublin
IE

VI.4.4)

[AppealsInfo]

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
[AddressPhone]: +353 18886511
[AddressFax]: +353 18886125