Contract notice - utilities

Information

Published

Date of dispatch of this notice: 03/11/2021

Expire date: 03/12/2021

External Reference: 2021-205605

TED Reference: 2021/S 216-569847

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 Lynch
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=201304&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

7846 - Fire & Security Systems and Sub Systems Maintenance
Reference number:  7846
II.1.2)

Main CPV code

50711000  -  Repair and maintenance services of electrical building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of Fire Detection, Alarm Monitoring and CCTV Maintenance Services Examples of maintenance works required will include but are not limited to any of the following:
• Planned preventative maintenance works
• Unplanned ASSET Replacement
• The provision of technical, administrative & skilled personal with transport, associated tools, test equipment and CAD IT terminals.
• The provision of call out and emergency attendances in the event of loss of service or failure of equipment nationwide.
• 24/7 Call out response within 4 hours– for non - essential equipment or system failures
• 24/7 Emergency call out response within 1 hour – for loss of power to essential services.
II.1.5)

Estimated total value

Value excluding VAT: 7500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
45312100  -  Fire-alarm system installation work
79711000  -  Alarm-monitoring services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Nationwide
II.2.4)

Description of the procurement

The provision of Fire Detection, Alarm Monitoring and CCTV Maintenance Services Examples of maintenance works required will include but are not limited to any of the following:
• Planned preventative maintenance works
• Unplanned ASSET Replacement
• The provision of technical, administrative & skilled personal with transport, associated tools, test equipment and CAD IT terminals.
• The provision of call out and emergency attendances in the event of loss of service or failure of equipment nationwide.
• 24/7 Call out response within 4 hours– for non - essential equipment or system failures
• 24/7 Emergency call out response within 1 hour – for loss of power to essential services.
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: 7500000.00  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:  
The contract the subject of this competition is a contract for three years with an option to extend by up to an additional two years at Iarnrod Eireann's (IE) discretion. Should IE not extend the contract a competitive tender process will be run.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract the subject of this competition is a contract for three years with an option to extend up to an additional two years at IE's discretion.
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/12/2021
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:  yes
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
Four Courts
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