Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/01/2023

Expire date: 07/02/2023

External Reference: 2023-221718

TED Reference: 2023/S 008-017557

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Iarnród Eireann-Irish Rail
IE 4812851 O
Connolly Station,
Dublin
Dublin
IE
[Contactpoint]: Laura Andrade
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=231589&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivRailway]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Single Party Framework Agreement for the services of a Designated Body (DeBo) and Notified Body (NoBo) for DART + Programme
[Fileref]:  8050
II.1.2)

[CpvMain]

71311230  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

NoBo and DeBo services are required to perform specific assessments and audits as required, to establish the adequacy and rigor of the Interoperability (TSI’s and NNTR’s) for the DART + Programme.
In accordance with Interoperability Directive (EU) 2016/797, recognition by the Commission for Rail Regulation (CRR) in Ireland will be a mandatory requirement for this tender, and only vendors recognized by the CRR will be shortlisted and invited to tender.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

34610000  - 
34621000  - 
34621200  - 
60200000  - 
71311200  - 
71330000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

NoBo and DeBo services are required to perform specific assessments and audits as required, to establish the adequacy and rigor of the Interoperability (TSI’s and NNTR’s) for the DART + Programme.
In accordance with Interoperability Directive (EU) 2016/797, recognition by the Commission for Rail Regulation (CRR) in Ireland will be a mandatory requirement for this tender and only vendors recognized by the CRR will be shortlisted and invited to tender.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 72
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
Contract will have a 2 year renewal option on a year by year basis subject to Irish Rail Approval
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Contract will have a 2 year renewal option on a year by year basis subject to Irish Rail Approval
The successful tenderer may be required to carry out additional services directly related to the delivery of the scope of service issued with the tender package. These additional services can only be identified during the delivery of the contract.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

See attached Pre-Qualification Questionnaire which can be downloaded via Etenders portal

[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.
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.1.4)

[ParticipationRules]

[DescrBriefRules]: See attached Pre-Qualification Questionnaire
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.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  07/02/2023
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
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 7
IE

VI.4.4)

[AppealsInfo]

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