Contract notice - utilities

Information

Published

Date of dispatch of this notice: 05/03/2020

Expire date: 17/04/2020

External Reference: 2020-230653

TED Reference: 2020/S 049-117118

Contract notice - utilities

[NoticeContractUtilities]

[Supplies]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Iarnród Eireann-Irish Rail
IE 4812851 O
Connolly Station,
Dublin
Dublin
IE
[Contactpoint]: Gary Mander
[AddressPhone]: +353 17034870
[AddressEmail]: gary.mander@irishrail.ie
[AddressFax]: +353 18860567
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=163753&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivRailway]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Passenger Information System Upgrade - DART
[Fileref]:  7317
II.1.2)

[CpvMain]

48813000  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

Iarnród Éireann - Irish Rail (IÉ) procured a fleet of electrical multiple units (EMU) from Tokyu Car (Japan) in 2000-2004. This fleet of EMU are classified as the 8500 fleet which comprise of 3 variants (8500, 8510 and 8520).
The fleet comprises of 68 carriages permanently coupled in 4 car fixed formations (i.e. 4 x 8500; 3 x 8510 and 10 x 8520).
The fleet operates within the Dublin DART commuter network and is powered by overhead 1500v DC.
The fleet of 8500 EMU are based and maintained in Fairview EMU Depot (Eircode D03 K6E8).
The existing 8500 EMU fleet are fitted with passenger information systems (PIS) equipment supplied by Vemisa (8500 and 8510) and Ikusi (8520). Both systems are now obsolescent and require to be replaced with modern, reliable and best in class systems.
The new replacement systems will consistently and reliably provide accurate and timely information; provide good visibility/readability (displays) and deliver good intelligibility (audio).
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 3000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

48813000  - 
II.2.4)

[DescrProcurement]

Iarnród Éireann - Irish Rail (IÉ) procured a fleet of electrical multiple units (EMU) from Tokyu Car (Japan) in 2000-2004. This fleet of EMU are classified as the 8500 fleet which comprise of 3 variants (8500, 8510 and 8520).
The fleet comprises of 68 carriages permanently coupled in 4 car fixed formations (i.e. 4 x 8500; 3 x 8510 and 10 x 8520).
The fleet operates within the Dublin DART commuter network and is powered by overhead 1500v DC.
The fleet of 8500 EMU are based and maintained in Fairview EMU Depot (Eircode D03 K6E8).
The existing 8500 EMU fleet are fitted with passenger information systems (PIS) equipment supplied by Vemisa (8500 and 8510) and Ikusi (8520). Both systems are now obsolescent and require to be replaced with modern, reliable and best in class systems.
The new replacement systems will consistently and reliably provide accurate and timely information; provide good visibility/readability (displays) and deliver good intelligibility (audio).
The new PIS equipment will be installed as standalone systems.
The core deliverable of the proposed contract will be to supply a best in class system which can be fitted into the existing fleet with minimum interface/modifications required.
The hardware supplied will cover the following at a minimum;
i. Front Exterior Destination Displays on each driver cab unit;
ii. Internal Displays in each end of the saloon;
iii. Exterior Side Displays on each carriage unit;
iv. Human Machine Interface (HMI) Display on each cab;
v. Automated Pre-recorded Announcements;
vi. Public Address (PA) System;
vii. Database/ Route Editor with a Route Simulator Software;
viii. Remote access to the PIS central unit on the train.
The new PIS equipment will be required for all 17 units.
The services to be supplied will include system design, integration and will include all equipment necessary to fully integrate it into the existing vehicle and support for safety approvals.
The successful supplier will also be required to install the new PIS system into the first 4 car unit for the purposes of first in class acceptance/type testing.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 3000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[Starting]: 01/12/2020  /  [End]: 01/10/2021
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
There will be a number of costed options relating to both enhanced functionality and installation of equipment on all units in the 8500 fleet.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[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]

[InfoEvaluatingWethRequir]:  
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)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
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.1.6)

[DepositsRequired]

An advance payment of a percentage of the full contract value may be made in 2020 which will require to be secured with an advance payment bond which will be procured by the successful tenderer.
III.1.7)

[FinancingConditions]

A grouping if successful must be prepared to contract as a single entity having joint and several liability with the members of the group. It will become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems relating to the contract.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

For full details, please download a copy of the attached Pre-Qualification Questionnaire.

[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]:  10/04/2020
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 01/06/2020
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EpaymentUsed]
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.4.4)

[AppealsInfo]

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