The Authority is seeking to appoint a service provider who will:
โ review, refine and update the fleet transport strategy,
โ 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,
โ develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,
โ 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,
โ develop tender documentation for the fleet acquisition,
โ manage and administer the fleet acquisition tender process,
โ support Irish Rail during the fleet manufacturing stage including design / specification reviews, factory inspections, and vehicle acceptance tests; and,
โ provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.
Deadline
The time limit for receipt of tenders was 2018-03-22.
The procurement was published on 2018-02-13.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Provision of Rail Fleet Advisory Services
Products/services: Support services for railway transport๐ฆ
Short description:
โThe Authority is seeking to appoint a service provider who will:
โ review, refine and update the fleet transport strategy,
โ carry out an analysis of the...โ
Short description
The Authority is seeking to appoint a service provider who will:
โ review, refine and update the fleet transport strategy,
โ 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,
โ develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,
โ 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,
โ develop tender documentation for the fleet acquisition,
โ manage and administer the fleet acquisition tender process,
โ support Irish Rail during the fleet manufacturing stage including design/specification reviews, factory inspections and vehicle acceptance tests; and
โ provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.
Show more
Total value of the procurement (excluding VAT): EUR 985 804 ๐ฐ
The Authority is seeking to appoint a service provider who will be required to:
โ 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,
โ 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,
โ develop a detailed technical specification for the appropriate fleet to be used in the subsequent tendering process,
โ 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,
โ develop tender documentation for the DEMU / EMU fleet acquisition,
โ manage and administer the DEMU / EMU fleet acquisition tender process, including preparing the tender assessment report recommending the preferred tenderer for the fleet contract,
โ support Irish Rail during the fleet manufacturing stage including design/specification reviews, factory inspections and vehicle acceptance tests; and
โ provide such other related advisory services as may be required by the clients in relation to the acquisition of new rail fleet.
Show more Award criteria
Quality criterion (name): The tenderers approach
Quality criterion (weighting): 30
Quality criterion (name): Experience and qualifications
Quality criterion (weighting): 40
Price (weighting): 30
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2018/S 031-068574
Award of contract
1๏ธโฃ
Contract Number: 1
Date of conclusion of the contract: 2018-07-26 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Jacobs Engineering Ireland Ltd.
National registration number: 11945
Postal address: Merrion House, Merrion Road
Postal town: Dublin
Postal code: D4
Country: Ireland ๐ฎ๐ช
Phone: +353 12695666๐
Fax: +353 12695497 ๐
Region: Ireland๐๏ธ
URL: http://www.jacobs.com/๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 985 804 ๐ฐ
Total value of the contract/lot: EUR 985 804 ๐ฐ
Price paid for bargain purchases excluding VAT: EUR 985 804 ๐ฐ
Complementary information Additional information
โThe contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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 cancelled. 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 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.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities
Undertakings) (Review Procedures) Regulations 2010 (in particular...โ
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).
Show more
Source: OJS 2018/S 188-425762 (2018-09-26)