loading
  • IE-D02WT20 Dublin 2
  • 22.03.2018
  • Ausschreibung
  • (ID 2-292552)

Provision of Rail Fleet Advisory Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.03.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Studien, Gutachten / Objektplanung Gebäude / Objektplanung Verkehrsanlagen / sonstige
    Sprache Englisch
    Aufgabe
    The Authority is seeking to appoint a service provider who will:
    — review, refine and update the fleet transport strategy,
    — carry out an analysis of the differing types of available DEMU / EMU fleet and an assessment of their suitability for the operation of commuter services,
    — develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,
    — develop a fleet procurement strategy assessing the various procurement options and advising on the optimal procurement approach for the acquisition of the new DEMU / EMU fleet,
    — develop tender documentation for the fleet acquisition,
    — manage and administer the fleet acquisition tender process,
    — support Irish Rail during the fleet manufacturing stage including design / specification reviews, factory inspections, and vehicle acceptance tests; and,
    — provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.
    Leistungsumfang
    The Authority is seeking to appoint a service provider who will be required to:
    — review, refine and update the fleet transport strategy previously developed by Irish Rail and prepare an overall Rail Fleet Strategy covering the period up 2038,
    — carry out an analysis of the differing types of available DEMU fleet (and EMU variant) and an assessment of their suitability for the operation of commuter services in the Dublin region and potentially in the Cork region,
    — develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,
    — develop a fleet procurement strategy assessing the various procurement options and advising on the optimal procurement approach for the acquisition of the new DEMU / EMU fleet,
    — develop tender documentation for the DEMU / EMU fleet acquisition,
    — manage and administer the DEMU / EMU fleet acquisition tender process, including preparing the tender assessment report recommending the preferred tenderer for the fleet contract,
    — support Irish Rail during the fleet manufacturing stage including design / specification reviews, factory inspections, and vehicle acceptance tests; and,
    — provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.
    Adresse des Bauherren IE-D02WT20 Dublin 2
    TED Dokumenten-Nr. 68574-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Support services for railway transport

      2018/S 031-068574

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      National Transport Authority
      N/A
      Dun Sceine, Iveagh Court, Harcourt Lane
      Dublin 2
      D02WT20
      Ireland
      Contact person: Igor Popenko
      Telephone: +353 18798300
      E-mail: 
      MjE4XmBdUWNgU1tTXGIuXE9iV11cT1piYE9cYV5dYGIcV1M=
      Fax: +353 18798333
      NUTS code: IE061

      Internet address(es):

      Main address: https://nationaltransport.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149

      I.2)Joint procurement
      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=125068&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Urban railway, tramway, trolleybus or bus services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Provision of Rail Fleet Advisory Services

       

      II.1.2)Main CPV code
      63711000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Authority is seeking to appoint a service provider who will:

      — review, refine and update the fleet transport strategy,

      — carry out an analysis of the differing types of available DEMU / EMU fleet and an assessment of their suitability for the operation of commuter services,

      — develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,

      — develop a fleet procurement strategy assessing the various procurement options and advising on the optimal procurement approach for the acquisition of the new DEMU / EMU fleet,

      — develop tender documentation for the fleet acquisition,

      — manage and administer the fleet acquisition tender process,

      — support Irish Rail during the fleet manufacturing stage including design / specification reviews, factory inspections, and vehicle acceptance tests; and,

      — provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      60200000
      71241000
      71242000
      71311200
      71621000
      79311400
      79311410
      79314000
      79418000
      79419000
      II.2.3)Place of performance
      NUTS code: IE0
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      The Authority is seeking to appoint a service provider who will be required to:

      — review, refine and update the fleet transport strategy previously developed by Irish Rail and prepare an overall Rail Fleet Strategy covering the period up 2038,

      — carry out an analysis of the differing types of available DEMU fleet (and EMU variant) and an assessment of their suitability for the operation of commuter services in the Dublin region and potentially in the Cork region,

      — develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,

      — develop a fleet procurement strategy assessing the various procurement options and advising on the optimal procurement approach for the acquisition of the new DEMU / EMU fleet,

      — develop tender documentation for the DEMU / EMU fleet acquisition,

      — manage and administer the DEMU / EMU fleet acquisition tender process, including preparing the tender assessment report recommending the preferred tenderer for the fleet contract,

      — support Irish Rail during the fleet manufacturing stage including design / specification reviews, factory inspections, and vehicle acceptance tests; and,

      — provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 22/04/2018
      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.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      It is envisaged that this Contract will be awarded in early April 2018 and that the contract for the new DEMU / EMU fleet will be awarded in the shortest practicable time thereafter.

       

      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:

       

      As set out in procurement documents.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      As set out in procurement documents.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      As set out in procurement documents.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      As set out in procurement documents.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      As set out in procurement documents.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As set out in procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 22/03/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 22/09/2018
      IV.2.7)Conditions for opening of tenders
      Date: 22/03/2018
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The contracting authority will not be responsible for any costs, charges or expenses incurred by.

      Candidates or tenderers relating to this contract award procedure irrespective of the outcome of.

      The competition, or if the competition is postponed or canceled. All costs incurred by interested.

      Parties in participating in this competition must be borne by them.

      Any contract award will be subject to a number of preconditions, including the production of a current.

      Tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland.

      The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative.

      Means if it appears that the project can thereby be more advantageously procured.

      The most economically advantageous or any tender will not automatically be accepted.

      Refer to procurement documents for further information.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of Ireland
      Four Courts, Ground Floor (East Wing), Inns Quay
      Dublin
      D7
      Ireland
      Telephone: +353 18886000
      E-mail: 
      MTNlZmRlYGxyb3FgYmtxb15pbGNjZmBiPWBscm9xcCtmYg==
      Fax: +353 18886125

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities.

      Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/02/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.02.2018
Zuletzt aktualisiert 14.02.2018
Wettbewerbs-ID 2-292552 Status Kostenpflichtig
Seitenaufrufe 51