Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
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:
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.4.2)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