Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Hire of Hydrogen CCTV Smart Towers
Reference number: 8260
II.1.2)Main CPV code51000000 Installation services (except software)
II.1.3)Type of contractServices
II.1.4)Short description:
This is a call to competition by IE for the procurement of hire of two (2) standalone hydrogen CCTV Smart Towers.
II.1.5)Estimated total valueValue excluding VAT: 160 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)32323500 Video-surveillance system
32522000 Telecommunications equipment
35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:
This is a call to competition by IE for the procurement of hire of two (2) standalone hydrogen CCTV Smart Towers.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 160 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
12 months contract with option to extend by additional 12 months to a maximum of 24 months at IE discretion.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
The procurement may be related to projects financed by EU funds - it is not possible at this stage to identify these projects.
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.2)Economic and financial standingList 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.
III.1.3)Technical and professional abilityList 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.
III.1.8)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 Irish Rail's discretion, each member of the group will be required to execute the contract and have joined and several liability.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 11/04/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
12 months or 24 months if the renewal options are utilised.
VI.2)Information about electronic workflowsElectronic ordering will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:13/03/2023