DART+ Rail Fleet Consultant Advisory Services

Iarnrod Eireann-Irish Rail

The Service Provider shall support Irish Rail during the New Fleet project by:
• undertaking reviews of the design and specification documentation submitted by the manufacturer;
• undertaking factory inspections visits, including factory acceptance tests, during vehicle manufacturing to monitor build quality;
• provide on-site personnel to monitor build quality on a continuous basis during the manufacturing period if requested;
• developing specification variations if required; v) developing comprehensive vehicle acceptance tests and monitoring the undertaking of such tests; and
• assisting Irish Rail in getting statutory approval for the placing in service of the new fleet.

Deadline
The time limit for receipt of tenders was 2021-08-09. The procurement was published on 2021-07-06.

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

What?

Where?

Procurement history
Date Document
2021-07-06 Contract notice
2022-05-27 Contract award notice
Contract notice (2021-07-06)
Contracting authority
Name and addresses
Name: Iarnród Eireann-Irish Rail
National registration number: IE 4812851 O
Postal address: Connolly Station
Postal town: Dublin
Postal code: Dublin
Country: Ireland 🇮🇪
Contact person: Tommy Conlon
E-mail: tommy.conlon@irishrail.ie 📧
Region: Éire/Ireland 🏙️
URL: http://www.irishrail.ie 🌏
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 🌏
Communication
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=192663&B=ETENDERS_SIMPLE 🌏
Participation URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=192663&B=ETENDERS_SIMPLE 🌏

Object
Scope of the procurement
Title: DART+ Rail Fleet Consultant Advisory Services 7791
Products/services: Transport systems consultancy services 📦
Short description:
“The Service Provider shall support Irish Rail during the New Fleet project by: • undertaking reviews of the design and specification documentation submitted...”    Show more

1️⃣
Additional products/services: Train-monitoring system 📦
Additional products/services: Train monitoring services 📦
Additional products/services: Technical inspection and testing services 📦
Additional products/services: Technical inspection services 📦
Additional products/services: Machinery-inspection services 📦
Additional products/services: Monitoring and control services 📦
Additional products/services: System quality assurance assessment and review services 📦
Additional products/services: Critical design target specification services 📦
Additional products/services: Statutory audit services 📦
Additional products/services: Environmental monitoring other than for construction 📦
Additional products/services: Environmental quality control services 📦
Place of performance: Éire/Ireland 🏙️
Description of the procurement:
“The service provider shall support Irish Rail during the New Fleet project by: • undertaking reviews of the design and specification documentation submitted...”    Show more
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal
Description
Description of renewals:
“Contract will contain an option to extend for a period up to a further two years on a 12 month by 12 month basis at Irish Rails discretion and subject to...”    Show more
Information about options
Options
Description of options:
“Iarnród Éireann - Irish Rail may award additional services directly related to the delivery of the services advertised that are at this moment unforeseen...”    Show more

Legal, economic, financial and technical information
Conditions for participation
List and brief description of conditions:
“For full details, please download a copy of the attached Pre-Qualification Questionnaire.”
Economic and financial standing
List and brief description of selection criteria:
“The economic and financial capacity of the entity must be established to the satisfaction of IE. Applicants will be invited to complete a questionnaire...”    Show more
Technical and professional ability
List and brief description of selection criteria:
“The technical competence of the entity, its employees and processes must be established to the satisfaction of IE. Applicants will be invited to complete a...”    Show more
Conditions for participation
Deposits and guarantees required:
“For full details, please download a copy of the attached Pre-Qualification Questionnaire”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“For full details, please download a copy of the attached Pre-Qualification Questionnaire”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“For full details, please download a copy of the attached Pre-Qualification Questionnaire”
Conditions related to the contract
Contract performance conditions:
“For full details, please download a copy of the attached Pre-Qualification Questionnaire.”

Procedure
Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-08-09 12:00 📅
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: 6

Complementary information
Review body
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D07 N972
Country: Ireland 🇮🇪
Phone: +353 18886511 📞
E-mail: highcourtcentraloffice@courts.ie 📧
Fax: +353 18886125 📠
URL: http://www.courts.ie 🌏
Body responsible for mediation procedures
Name: The High Court
Postal town: Dublin
Country: Ireland 🇮🇪
Service from which information about the review procedure may be obtained
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D07 N972
Country: Ireland 🇮🇪
Phone: +353 18886511 📞
E-mail: highcourtcentraloffice@courts.ie 📧
Fax: +353 18886125 📠
URL: http://www.courts.ie 🌏
Source: OJS 2021/S 131-349220 (2021-07-06)
Contract award notice (2022-05-27)
Contracting authority
Name and addresses
Postal address: Connolly Station,

Object
Scope of the procurement
Short description:
“The Service Provider shall support Irish Rail during the New Fleet project by: • undertaking reviews of the design and specification documentation submitted...”    Show more
Description
Description of the procurement:
“The Service Provider shall support Irish Rail during the New Fleet project by: • undertaking reviews of the design and specification documentation submitted...”    Show more
Award criteria
Quality criterion (name): Proposed Project Team
Quality criterion (weighting): 40%
Quality criterion (name): Critical Issues & Approach
Quality criterion (weighting): 10%
Price (weighting): 50%
Information about options
Description of options:
“Iarnród Éireann - Irish Rail may award additional services directly related to the delivery of the services advertised that are at this moment unforeseen...”    Show more

Procedure
Administrative information
Previous publication concerning this procedure: 2021/S 131-349220

Award of contract

1️⃣
Contract Number: 1
Title: DART+ Rail Fleet Advisory Services
Date of conclusion of the contract: 2022-05-26 📅
Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
Name and address of the contractor
Name: Jacobs Engineering Ireland Ltd
Postal town: Dublin
Country: Ireland 🇮🇪
Region: Éire/Ireland 🏙️
The contractor is an SME
Source: OJS 2022/S 105-294450 (2022-05-27)