Maintenance, repairs and replacement works on existing fire alarm and detection systems

Iarnrod Eireann-Irish Rail

Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm & Detection systems.
The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.
The current agreement for these services will expire in January 2018.
Iarnród Éireann wish to enter into a single party agreement for;
— the supply of Fire Detection and Alarm systems and associated equipment,
— the maintenance and repairs to services at various locations throughout the railway network.
The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.
A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.

Deadline

The time limit for receipt of tenders was 2017-11-20. The procurement was published on 2017-10-18.

Suppliers

The following suppliers are mentioned in award decisions or other procurement documents:

Who? What? Where?
Procurement history
Date Document
2017-10-18 Contract notice
2018-04-11 Contract award notice
Contract notice (2017-10-18)
Object
Scope of the procurement
Title: Fire-detection systems
Reference number: 6964
Short description:
“Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm &...”    Show more
Notice metadata
Original language: English 🗣️
Document type: Contract notice
Nature of contract: Services
Regulation: European Union, with participation of GPA countries
Common procurement vocabulary (CPV)
Code: Fire-detection systems 📦
Additional CPV: Fire-alarm systems 📦
Place of performance
NUTS region: Éire/Ireland 🏙️

Procedure
Procedure type: Negotiated procedure
Type of bid: Submission for all lots
Award criteria
The most economic tender

Contracting authority
Identity
Country: Ireland 🇮🇪
Awarding authority type: Utilities entity
Awarding authority name: Iarnrod Eireann-Irish Rail
Postal address: Procurement Dept, Engineering and New Works Building, Inchicore
Postal code: 8
Postal town: Dublin
Contact
Internet address: http://www.irishrail.ie 🌏
E-mail: martin.egan@irishrail.ie 📧
Phone: +353 17031761 📞
URL for documents: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=120182&B=ETENDERS_SIMPLE 🌏

Reference
Dates
Date dispatched: 2017-10-18 📅
Submission deadline: 2017-11-20 📅
Publication date: 2017-10-20 📅
Identifiers
Notice number: 2017/S 202-416849
Refers to notice: 2015/S 159-293043
OJ-S issue: 202

Object
Scope of the procurement
Short description:
“Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm &...”    Show more

“The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point...”    Show more
Show more (6)
“The current agreement for these services will expire in January 2018.”

“Iarnród Éireann wish to enter into a single party agreement for;”

“— the supply of Fire Detection and Alarm systems and associated equipment,”

“— the maintenance and repairs to services at various locations throughout the railway network.”

“The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann's discretion.”

“A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.”    Show more
Estimated total value: 1 800 EUR 💰
Short description:
“Location Types: IE Stations, IE Staff facilities, CIE retailers, CIE/IE administration buildings, IE/ SET equipment buildings and the port of Rosslare...”    Show more

“Type of Work: The contractor will be required to undertake both planned maintenance, unplanned repairs and call out/ emergency response as described:”
Show more (14)
“A: Planned Preventative Maintainance Works”

“— Mandatory testing/servicing of Fire Detection and Alarm Conventional /Addressable systems, Public Address Voice Alarm systems, Tunnel Linear detection...”    Show more

“— The provision of key holder notifications via 24/7 365 call centre utilising GSM technology to existing and new systems.”

“— The provision of log books, certification displays at each panel and electronic issue to IE Share point document management system.”

“— The administration and electronic issuing of fault repairs to IE Engineer on a weekly basis.”

“— The CAD revisions of existing and the compiling of new Fire system safety files per location.”

“B: Unplanned ASSET Replacement — Minor Works”

“— Minor works include for the replacement of defective or non operational parts to existing Fire Alarm & Detection sytems currently installed in each...”    Show more

“— Asset condition surveys of existing and proposed new systems.”

“— Handover / Acceptance testing of Third Party New Works projects.”

“C: The provision of Call out / Emergency Response”

“— The provision of call out and emergency attendences in the event of fault, loss of service or failure of Fire System nationwide.”

“— 24/7 Call out response within 2 hours– for fault, call centre notifications or system failures.”

“A pre-qualification notice is attached to this notice and must be completed and returned as directed in order to be considered for tender stage.”
Estimated value excluding VAT: 1 800 EUR 💰
Duration: 48 months
Description of renewals:
“3 year agreement with the option to renew for 1 additional year.”
Description of options:
“3 year agreement with the option to renew for 1 additional year.”
Name of EU-financed project or programme: May be required for projects financed by EU funds — it is not possible at this stage to identify these projects.
Place of performance
Main site or place of performance:
“Throughout the Irish Rail Network.”

Legal, economic, financial and technical information
Conditions for participation
Suitability to pursue the professional activity:
“Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.”
Economic and financial standing:
“Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.”
Technical and professional ability:
“Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.”
List and brief description of rules and criteria:
“Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.”
Contract execution
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“A grouping, if successful, must be prepared to contract as a single entity, or alternatively at Iarnród Éireann‘s discretion,each member of the group will...”    Show more

Procedure
Time of receipt of tenders: 12:00
Languages in which tenders or requests to participate may be submitted: English 🗣️

Contracting authority
Contact
Contact point: Martin Egan
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 🌏
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=120182&B=ETENDERS_SIMPLE 🌏

Reference
Additional information
Estimated timing for further notices:
“Sept/Oct 2020 or Sept/Oct 2021 if the 1 year renewal option is used.”

Complementary information
Review body
Name: The High Court
Postal address: Chief Registrar, Four Courts, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland 🇮🇪
Phone: +353 18886000 📞
Internet address: http://www.courts.ie 🌏
Source: OJS 2017/S 202-416849 (2017-10-18)
Contract award notice (2018-04-11)
Object
Scope of the procurement
Short description:
“Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing fire alarm and...”    Show more
Total value of the procurement: 1 600 000 EUR 💰
Notice metadata
Document type: Contract award notice

Procedure
Type of bid: Not applicable

Contracting authority
Identity
Postal address: Procurement Dept, Engineering & New Works Building,
Postal code: Inchicore
Postal town: Dublin 8

Reference
Dates
Date dispatched: 2018-04-11 📅
Publication date: 2018-04-13 📅
Identifiers
Notice number: 2018/S 072-160706
Refers to notice: 2017/S 202-416849
OJ-S issue: 72

Object
Scope of the procurement
Short description:
“Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing fire alarm and...”    Show more

“— the supply of fire detection and alarm systems and associated equipment,”
Show more (10)
“The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.”

“Location types: IE Stations, IE Staff facilities, CIE retailers, CIE/IE administration buildings, IE/ SET equipment buildings and the port of Rosslare...”    Show more

“Type of work: The contractor will be required to undertake both planned maintenance, unplanned repairs and call out/ emergency response as described:”

“A: Planned preventative maintainance works.”

“— Mandatory testing/servicing of fire detection and alarm conventional /Addressable systems, Public address voice alarm systems, Tunnel linear detection...”    Show more

“— The CAD revisions of existing and the compiling of new fire system safety files per location.”

“B: Unplanned ASSET Replacement – Minor works.”

“— Minor works include for the replacement of defective or non operational parts to existing fire alarm and detection sytems currently installed in each...”    Show more

“— Handover / Acceptance testing of third party new works projects.”

“C: The provision of Call out / Emergency Response.”
Description of options:
“3 year agreement with the option to renew for 1 additional year”

Procedure
Award criteria
Quality criterion (name): Proposed methodology and approach for the provision and management of Planned preventative maintenance works
Quality criterion (weighting): 10 %
Quality criterion (name): Proposed methodology and approach for the provision and management of Unplanned asset replacement works
Proposed methodology for the provision of technical and skilled resources
Quality criterion (weighting): 10
Price (weighting): 70 %

Award of contract
Date of contract conclusion: 2018-02-26 📅
Name: Allied Fire Protection Ltd
Postal address: Ardnatrush
Postal town: Glengarriff
Postal code: Co. Cork
Country: Ireland 🇮🇪
Phone: +353 2763680 📞
E-mail: info@alliedfire.ie 📧
Information about tenders
Number of tenders received: 5

Contracting authority
Identity
National registration number: N/a

Complementary information
Review body
Postal address: Chief Registrar, Four Courts,
Postal town: Inns Quay
Postal code: Dublin 7
Source: OJS 2018/S 072-160706 (2018-04-11)