Fire-detection systems (№7480077)

13 apr

Number: 7480077

Country: Ireland

Source: TED


Link to original

To view links to the source need to register

Publication date


13-04-2018

Description


  1. Section I
    1. Name and addresses
      Iarnrod Eireann-Irish Rail
      Procurement Dept, Engineering & New Works Building,
      Dublin 8
      Inchicore
      Ireland
      Telephone: +353 17031761
      E-mail: [email protected]
    2. Type of the contracting authority:
    3. Main activity:
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Maintenance, repairs and replacement works on existing fire alarm and detection systems


        Reference number: 6964
      2. Main CPV code:
        31625100, 31625200, 45312100, 51700000, 75251110
      3. Type of contract:
        Services
      4. Short description:

        Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing fire alarm and detection systems.

        The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.

        The current agreement for these services will expire in January 2018.

        Iarnród Éireann wish to enter into a single party agreement for;

        — the supply of fire detection and alarm systems and associated equipment,

        — the maintenance and repairs to services at various locations throughout the railway network.

        The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.

        A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.


      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:
      2. Additional CPV code(s):
        31625200, 45312100, 51700000, 75251110
      3. Place of performance:
        Main site or place of performance:

        Throughout the Irish Rail Network.


      4. Description of the procurement:

        Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing fire alarm and detection systems.

        The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.

        The current agreement for these services will expire in January 2018.

        Iarnród Éireann wish to enter into a single party agreement for;

        — the supply of Fire Detection and Alarm systems and associated equipment,

        — the maintenance and repairs to services at various locations throughout the railway network.

        The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.

        Location types: IE Stations, IE Staff facilities, CIE retailers, CIE/IE administration buildings, IE/ SET equipment buildings and the port of Rosslare Harbour. There are over 1 300 location types nationwide that are occupied by the public, operating staff and multi discipline safety critical engineering depots, work shops and equipment buildings.

        Type of work: The contractor will be required to undertake both planned maintenance, unplanned repairs and call out/ emergency response as described:

        A: Planned preventative maintainance works.

        — Mandatory testing/servicing of fire detection and alarm conventional /Addressable systems, Public address voice alarm systems, Tunnel linear detection systems, Lift shaft Aspiration systems and gas extinguishing systems in compliance with IS 3218 standards.

        — The provision of key holder notifications via 24/7 365 call centre utilising GSM technology to existing and new systems.

        — The provision of log books, certification displays at each panel and electronic issue to IE Share point document management system.

        — The administration and electronic issuing of fault repairs to IE Engineer on a weekly basis.

        — The CAD revisions of existing and the compiling of new fire system safety files per location.

        B: Unplanned ASSET Replacement – Minor works.

        — Minor works include for the replacement of defective or non operational parts to existing fire alarm and detection sytems currently installed in each Location type throughout the 3 provincial areas.

        — Asset condition surveys of existing and proposed new systems.

        — Handover / Acceptance testing of third party new works projects.

        C: The provision of Call out / Emergency Response.

        — The provision of call out and emergency attendences in the event of fault, loss of service or failure of Fire System nationwide.

        — 24/7 Call out response within 2 hours– for fault, call centre notifications or system failures.

        A pre-qualification notice is attached to this notice and must be completed and returned as directed in order to be considered for tender stage.


      5. Award criteria:
        Quality criterion - Name: Proposed methodology and approach for the provision and management of Planned preventative maintenance works / Weighting: 10 %
        Quality criterion - Name: Proposed methodology and approach for the provision and management of Unplanned asset replacement works / Weighting: 10 %
        Quality criterion - Name: Proposed methodology for the provision of technical and skilled resources / Weighting: 10
        Price - Weighting: 70 %
      6. Information about options:
        Options: yesDescription of options:

        3 year agreement with the option to renew for 1 additional year


      7. Information about European Union funds:
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 202-416849
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Title:

      Maintenance, repairs and replacement works on existing fire alarm and detection systems


    2. Award of contract
      1. Date of conclusion of the contract: 2018-02-26
      2. Information about tenders:
        Number of tenders received: 5
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Allied Fire Protection Ltd
        Ardnatrush
        Glengarriff
        Co. Cork
        Ireland
        Telephone: +353 2763680
        E-mail: [email protected]
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 1 600 000.00 EUR
      5. Information about subcontracting:

  5. Section VI
    1. Additional information
    2. Procedures for review
      1. Review body
        The High Court
        Chief Registrar, Four Courts,
        Inns Quay
        Dublin 7
        Ireland
        Telephone: +353 18886000
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2018-04-11