IÉ is undertaking a multi annual project to replace its existing train control/warning systems with a modern Train Protection System (TPS).The specific scope of this tender is for services relating to part of the Iarnród Éireann network between the Northern Irish Border and Greystones now referred to as the Drogheda to Greystones TPS Project or “D2G”. To deliver the D2G part of the national TPS rollout Iarnród Éireann requires the following services:
• Safety Assurance Services including a Safety Assurance Manager (SAM)
• Human Factors Services including a Human Factors Project Lead (HFPL) Iarnród Éireann may choose to proceed with both or only one of the two services required.
Deadline
The time limit for receipt of tenders was 2022-07-21.
The procurement was published on 2022-06-30.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: TPS Safety Assurance and Human Factors PQQ
8037
Products/services: Safety consultancy services📦
Short description:
“IÉ is undertaking a multi annual project to replace its existing train control/warning systems with a modern Train Protection System (TPS).The specific...”
Short description
IÉ is undertaking a multi annual project to replace its existing train control/warning systems with a modern Train Protection System (TPS).The specific scope of this tender is for services relating to part of the Iarnród Éireann network between the Northern Irish Border and Greystones now referred to as the Drogheda to Greystones TPS Project or “D2G”. To deliver the D2G part of the national TPS rollout Iarnród Éireann requires the following services:
• Safety Assurance Services including a Safety Assurance Manager (SAM)
• Human Factors Services including a Human Factors Project Lead (HFPL) Iarnród Éireann may choose to proceed with both or only one of the two services required.
Show more
Estimated value excluding VAT: EUR 1 875 000 💰
Information about lots
Tenders may be submitted for all lots
1️⃣ Scope of the procurement
Title: Safety Assurance Management Systems
Title
Lot Identification Number: 1
Description
Additional products/services: Railway traffic control software package📦
Additional products/services: Installation services of railway real-time departures and arrival display screens or boards📦
Additional products/services: Health and safety consultancy services📦
Additional products/services: Railway traffic control software development services📦
Additional products/services: Safety consultancy services📦
Place of performance: Éire/Ireland🏙️
Description of the procurement: Safety Assurance Management Systems
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: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“possible extension on IE’s discretion for further 18 months on 12 months by further 6 months option”
2️⃣ Scope of the procurement
Title: Human Factors Services
Title
Lot Identification Number: 2
Description
Additional products/services: Railway signalling works📦
Description of the procurement: Human Factors
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...”
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 (attached) which seeks company details; information on similar contracts undertaken with value, dates, locations and contact names for reference etc; applicants may be requested to provide supporting information such as balance sheets for the past three financial years.
For full details, please download a copy of the attached Pre-Qualification 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...”
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 questionnaire which seeks company details to establish the entity’s technical capacity.
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
Show more 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: 2022-07-21
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
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: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886511📞
E-mail: highcourtcentraloffice@courts.ie📧 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 2022/S 127-362987 (2022-06-30)
Additional information (2022-09-14)
Complementary information Original notice reference
Notice number in the OJ S: 2022/S 127-362987
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Old value
Date: 2022-07-21 📅
Time: 12:00
New value
Date: 2022-09-23 📅
Time: 12:00
Other additional information
“The new deadline to submit PQQ is 12 noon Friday 23/09/2022. This is to increase the competition.”
Source: OJS 2022/S 180-510756 (2022-09-14)
Contract award notice (2023-09-08) Object Information about lots
This contract is divided into lots ✅ Description
Additional information: The award of contract did not happen- IE will use the existing resources
Award criteria
Quality criterion (name): Methodology
Quality criterion (weighting): 20%
Quality criterion (name): experience
Quality criterion (weighting): 50%
Cost criterion (name): cost
Cost criterion (weighting): 30%
Procedure Administrative information
Previous publication concerning this procedure: 2022/S 127-362987
Award of contract
1️⃣
Contract Number: 1
Title: Safety Assurance Management Systems
Information on non-award
No tenders or requests to participate were received or all were rejected
2️⃣
Contract Number: 2
Title: Human Factors Services
Date of conclusion of the contract: 2023-02-13 📅
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Pendyne
Postal town: Cheshire
Postal code: Uk
Country: Ireland 🇮🇪
Region: Éire/Ireland🏙️
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Currency code: EUR 💰
Lowest offer: 300055.71
Highest offer: 419580.00
Source: OJS 2023/S 176-551418 (2023-09-08)