This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 year, single party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the ‘Contract’).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration from delivery of the final order will also form part of the overall contract award.
Deadline
The time limit for receipt of tenders was 2019-07-12.
The procurement was published on 2019-05-25.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Commuter Fleet Framework Agreement
7237
Products/services: Rolling stock📦
Short description:
“This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the...”
Short description
This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 year, single party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the ‘Contract’).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration from delivery of the final order will also form part of the overall contract award.
Show more
Estimated value excluding VAT: EUR 2 000 000 000 💰
1️⃣
Additional products/services: Rolling stock📦
Place of performance: Éire/Ireland🏙️
Main site or place of performance: Dublin.
Description of the procurement:
“This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the...”
Description of the procurement
This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the ‘Contract’).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
The DART Network is being expanded across 3 existing routes to Drogheda, Maynooth and Hazelhatch under the National Development Plan (Project 2040).
The trains will operate on 1 600 mm track gauge, will operate in both full length and half-length formations (i.e. where a full length formation will be between 160 m and 168 m in length) and will be required to meet other gauging requirements of the Irish Rail network.
The trains will be compatible with the existing DART network overhead power supply of 1 500 v DC (i.e. current draw, traction profile under acceleration and re-generation) and also with the power supply for the proposed extension sections. The trains will meet the current and proposed timetable performance.
It is estimated over the life of the Framework Agreement that up to 600 vehicles may be procured. It is also estimated that over the life of the Framework Agreement that a minimum of 250 vehicles will be procured.
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration will also form part of the overall contract award.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 120
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Please refer to the attached pre-qualification questionnaire.
Information about variants
Variants will be accepted ✅
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Not applicable.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria: Please refer to the attached pre-qualification questionnaire.
Deposits and guarantees required: Not applicable.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Not applicable.
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 having joint and several liability with the members of the group. It will become...”
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 having joint and several liability with the members of the group. It will become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems relating to the contract.
Show more Conditions related to the contract
Contract performance conditions: Full details will be contained within the ITT documentation.
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
“Due to the complexity of the subject matter, and the costs associated with designing and approving rolling stock, an agreement of 10 years is deemed to...”
In the case of framework agreements, provide justification for any duration exceeding 8 years
Due to the complexity of the subject matter, and the costs associated with designing and approving rolling stock, an agreement of 10 years is deemed to offer Iarnród Éireann the required latitude to fulfil its commuter fleet requirements efficiently without requiring to re-access the market at the end of 8 years.
Show more Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-07-12
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2019-09-02 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Information about electronic workflows
Electronic payment will be used
Additional information
“While the Framework Agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple...”
While the Framework Agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple Units (EMU) and Battery/Electric Multiple Units (BEMU), IÉ reserves the right, subsequent to the execution of the Framework Agreement, to place orders solely for EMU or to place orders solely for BEMU units, in addition to the express right to place orders for both vehicle types.
Show more Review body
Name: Central Office of the High Court
Postal address: Chief Registrar, Four Courts, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland 🇮🇪
Phone: +353 18886511📞
E-mail: highcourtcentraloffice@courts.ie📧
URL: http://www.courts.ie/🌏
Source: OJS 2019/S 102-248433 (2019-05-25)
Contract award notice (2021-12-10) Contracting authority Name and addresses
Name: Iarnród Éireann - Irish Rail
Postal address: Procurement Department, Inchicore Railway Works
Postal town: Inchicore, Dublin 8
Object Scope of the procurement
Short description:
“This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the...”
Short description
This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration from delivery of the final order will also form part of the overall contract award.
Show more Description
Main site or place of performance: Dublin
Description of the procurement:
“This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the...”
Description of the procurement
This is a call to competition by Iarnród Éireann (IE), in collaboration with the National Transport Authority (NTA) and as part of Project 2040, for the establishment of a 10 Year, Single Party Framework Agreement for the procurement of new commuter vehicles (Commuter Fleet Framework Agreement) required for the expansion of the existing DART Network (the “Contract”).
The new commuter vehicles will be a mixture of Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU).
The DART Network is being expanded across three existing routes to Drogheda, Maynooth and Hazelhatch under the National Development Plan (Project 2040).
The trains will operate on 1600mm track gauge, will operate in both full length and half-length formations (i.e. where a full length formation will be between 160m and 168m in length) and will be required to meet other gauging requirements of the Irish Rail network.
The trains will be compatible with the existing DART network overhead power supply of 1500v DC (i.e. current draw, traction profile under acceleration and re-generation) and also with the power supply for the proposed extension sections. The trains will meet the current and proposed timetable performance.
It is estimated over the life of the framework agreement that up to 600 vehicles may be procured. It is also estimated that over the life of the framework agreement that a minimum of 250 vehicles will be procured.
A Technical Services and Spares Supply Agreement (TSSSA) of up to 15 years in duration will also form part of the overall contract award.
Show more Award criteria
Quality criterion (name): Sustainability
Quality criterion (weighting): 2.5%
Quality criterion (name): Maintainability
Quality criterion (weighting): 5%
Quality criterion (name): Optimising the Platform Train Interface
Quality criterion (name): Floor Height
Quality criterion (weighting): 7.5%
Quality criterion (name): Accessibility
Quality criterion (name): Optimisation of Passenger Floor Space
Quality criterion (name): Aesthetics
Quality criterion (name): Overall Quality of Passenger Environment
Quality criterion (weighting): 10%
Quality criterion (name): Lead Time
Quality criterion (name): Project Planning Methodology
Quality criterion (name): Improvement on Running Times
Cost criterion (name): Capital Cost of the Units:
Cost criterion (weighting): 25%
Cost criterion (name): Provision of Spare Parts:
Cost criterion (weighting): 10%
Cost criterion (name): Labour Cost
Cost criterion (weighting): 7.5%
Cost criterion (name): Operational Cost
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 102-248433
Award of contract
1️⃣
Contract Number: 1
Title: Commuter Fleet Framework Agreement - BEMU (Battery/Electric) and EMU
Date of conclusion of the contract: 2021-11-10 📅
Name and address of the contractor
Name: Alstom Transport SA
National registration number: 389191982
Postal address: 48 rue Albert Dhalenne,
Postal town: 93400 SAINT OUEN
Country: France 🇫🇷
Phone: +33 157069666📞
Region: France 🏙️
URL: http://www.alstom.com🌏
The contractor is an SME
Complementary information Additional information
“While the framework agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple...”
While the framework agreement which is the subject of this competition is intended to provide for the manufacture and delivery of both Electrical Multiple Units (EMU) and Battery/Electric Multiple Units (BEMU), IÉ reserves the right, subsequent to the execution of the framework agreement, to place orders solely for EMU or to place orders solely for BEMU units, in addition to the express right to place orders for both vehicle types.
Show more
Source: OJS 2021/S 243-642065 (2021-12-10)