Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/02/2021

Expire date: 16/03/2021

External Reference: 2021-285411

TED Reference: 2021/S 025-062628

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: Stephen Walsh
Telephone: +353 17033721
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=182043&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

Manager of Managers Solution
Reference number:  7540
II.1.2)

Main CPV code

64200000  -  Telecommunications services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann (IÉ) is seeking to implement a Network Resource Management Hardware and Software platform. The Applications front end will exist in a Network Maintenance Centre (NMC) environment. The solution backend will exist in a data centre type environment.
The system will co-exist in a heterogeneous, multi-vendor environment and will be implemented in the role of parent NMS and primary interface for NMC staff who work in the Network supervisory Role
The current NMC Operation consists of staff in the role of Level 1 Triage for multiple technologies and network elements, monitoring Individual screens for each system. The NMC staff watch for faults / alarms by status change on individual NMS screens with a typical day resulting in 40+ faults. The NMC staff log faults assigning the suitable priority for resolution and consult on call system experts for further analysis.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32400000  -  Networks
32500000  -  Telecommunications equipment and supplies
32524000  -  Telecommunications system
32573000  -  Communications control system
II.2.4)

Description of the procurement

Iarnród Éireann (IÉ) is seeking to implement a Network Resource Management Hardware and Software platform. The Applications front end will exist in a Network Maintenance Centre (NMC) environment. The solution backend will exist in a data centre type environment.
The system will co-exist in a heterogeneous, multi-vendor environment and will be implemented in the role of parent NMS and primary interface for NMC staff who work in the Network supervisory Role
The current NMC Operation consists of staff in the role of Level 1 Triage for multiple technologies and network elements, monitoring Individual screens for each system. The NMC staff watch for faults / alarms by status change on individual NMS screens with a typical day resulting in 40+ faults. The NMC staff log faults assigning the suitable priority for resolution and consult on call system experts for further analysis.
Mentions:
• Note that dependent systems are the IÉ connected sources of alarm & status information
• Note term MOM is Manager of Managers, the NMS system to be provided
• Note term SET refers to the IE Signalling, Electrification and Telecoms Department
• Note that all systems are hosted locally by IÉ on an isolated dedicated network
Following the completion of the tender process, the successful Contractor will be able to support Iarnród Éireann by:
• providing IÉ with a MOM system with a minimum 7-year design life followed by minimum further 3 years of support availability
• supplying the MOM solution as part of a 10-year supply contract
• deploying a hardware and software platform into IÉ's operational Telecoms Domain and integrating with current Standalone systems for the purpose of monitoring and aggregating alarms, events & log
• providing operator & maintenance manuals including fault finding SOP’s and process flow charts to facilitate front line maintenance
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: 120
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.1.8)

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:  03/03/2021
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.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Dublin 7
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