Ausschreibung: Entwicklung von Software für Eisenbahnleitsysteme - IE-Dublin Entwicklung von Software für Eisenbahnleitsysteme Zugüberwachungssystem Branchenspezifisches Softwarepaket Softwarepaket für Eisenbahnleitsysteme Dokument Nr...: 335056-2021 (ID: 2021070209420246910) Veröffentlicht: 02.07.2021 * IE-Dublin: Entwicklung von Software für Eisenbahnleitsysteme 2021/S 126/2021 335056 Auftragsbekanntmachung Sektoren Dienstleistungen Rechtsgrundlage: Richtlinie 2014/25/EU Abschnitt I: Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Iarnród Eireann-Irish Rail Nationale Identifikationsnummer: IE 4812851 O Postanschrift: Connolly Station Ort: Dublin NUTS-Code: IE Éire / Ireland Postleitzahl: Dublin Land: Irland Kontaktstelle(n): Stephen Walsh E-Mail: [6]Stephen.Walsh2@irishrail.ie Telefon: +353 17033721 Internet-Adresse(n): Hauptadresse: [7]http://www.irishrail.ie Adresse des Beschafferprofils: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETEN DERS_SIMPLE Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETE NDERS_SIMPLE Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.6)Haupttätigkeit(en) Eisenbahndienste Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Train Consists (Fleet Management System) Referenznummer der Bekanntmachung: 7780 II.1.2)CPV-Code Hauptteil 72212140 Entwicklung von Software für Eisenbahnleitsysteme II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a traffic management system, Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its fleet management capability. Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future stock availability is not known to the train planning system. In addition, the traffic management system can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff. II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.2)Weitere(r) CPV-Code(s) 34943000 Zugüberwachungssystem 48100000 Branchenspezifisches Softwarepaket 48140000 Softwarepaket für Eisenbahnleitsysteme II.2.3)Erfüllungsort NUTS-Code: IE Éire / Ireland II.2.4)Beschreibung der Beschaffung: Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a Traffic Management System, Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its fleet management capability. Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future stock availability is not known to the train planning system. In addition, the traffic management system can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff. The new fleet management system must: be able to integrate with existing systems, such as TPS, TMS and SAP PM using Mulesoft; should the timetable change, the updates should be incorporated into train consists planning with transparent changes that allows for optimisation; facilitate strategic decision-making by identifying potential efficiency improvements as well as potential cost reductions; manage the individual traction units as well as the carriages; integrate with our SAP PM (Plant Maintenance) system and detail conflicts on the maintenance system before committing the train on future timetables; integrate with TMS to provide information on real-time rolling stock formations, including changes to the rolling stock roster used as the basis of each train timetable; be able to determine (For long term plans) what rolling stock maintenance schedules there are, as-well-as know when in the future the rolling stock will be unavailable; have the ability to calculate planned distance (kilometres) and predict the maintenance schedule; integrate with the Train planning system to obtain current or planned timetables. It must confirm, according to availability, if the proposed timetable changes can be applied to the roster and highlight any roster conflicts; be able to integrate the timetables seamlessly from the TPS and must take any changes to the timetable into account by highlighting the resulting issues in the rolling stock rosters; configurable rules depending on the type of rolling stock, for other additional services and planned maintenance work; be able to manage the individual Traction units as well as the carriages; have an optimisation function that can create and update multi-day rolling stock rosters; multiple user levels i.e. depot level, traffic control overall view, management level fleet analysis, reporting etc. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 36 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract will be for 3 years with an option to extend by a further 24 months at IE's discretion. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: For full details, please download a copy of the attached pre-qualification questionnaire. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: 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 3 financial years. For full details, please download a copy of the attached pre-qualification questionnaire. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: 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 entitys technical capacity. For full details, please download a copy of the attached pre-qualification questionnaire. III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: For full details, please download a copy of the attached pre-qualification questionnaire. Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 28/07/2021 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Central Office of the High Court Postanschrift: Four Courts Ort: Dublin 7 Postleitzahl: D07 N972 Land: Irland E-Mail: [11]HighCourtCentralOffice@courts.ie Telefon: +353 18886511 Fax: +353 18886125 Internet-Adresse: [12]http://www.courts.ie VI.4.2)Zuständige Stelle für Schlichtungsverfahren Offizielle Bezeichnung: Central Office of the High Court Ort: Dublin 7 Land: Irland VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Central Office of the High Court Postanschrift: Four Courts Ort: Dublin 7 Postleitzahl: D07 N972 Land: Irland E-Mail: [13]HighCourtCentralOffice@courts.ie Telefon: +353 18886511 Fax: +353 18886125 Internet-Adresse: [14]http://www.courts.ie VI.5)Tag der Absendung dieser Bekanntmachung: 28/06/2021 References 6. mailto:Stephen.Walsh2@irishrail.ie?subject=TED 7. http://www.irishrail.ie/ 8. https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 9. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETENDERS_SIMPLE 10. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETENDERS_SIMPLE 11. mailto:HighCourtCentralOffice@courts.ie?subject=TED 12. http://www.courts.ie/ 13. mailto:HighCourtCentralOffice@courts.ie?subject=TED 14. http://www.courts.ie/ OT: 02/07/2021 S126 Ireland-Dublin: Railway traffic control software development services 2021/S 126-335056 Contract notice utilities Services Legal Basis: Directive 2014/25/EU Section I: Contracting entity I.1)Name and addresses Official name: Iarnród Eireann-Irish Rail National registration number: IE 4812851 O Postal address: Connolly Station Town: Dublin NUTS code: IE Éire / Ireland Postal code: Dublin Country: Ireland Contact person: Stephen Walsh E-mail: [6]Stephen.Walsh2@irishrail.ie Telephone: +353 17033721 Internet address(es): Main address: [7]http://www.irishrail.ie Address of the buyer profile: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETEN DERS_SIMPLE Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=191970&B=ETE NDERS_SIMPLE Tenders or requests to participate must be submitted to the abovementioned address I.6)Main activity Railway services Section II: Object II.1)Scope of the procurement II.1.1)Title: Train Consists (Fleet Management System) Reference number: 7780 II.1.2)Main CPV code 72212140 Railway traffic control software development services II.1.3)Type of contract Services II.1.4)Short description: Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a traffic management system, Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its fleet management capability. Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future stock availability is not known to the train planning system. In addition, the traffic management system can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff. II.1.5)Estimated total value II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.2)Additional CPV code(s) 34943000 Train-monitoring system 48100000 Industry specific software package 48140000 Railway traffic control software package II.2.3)Place of performance NUTS code: IE Éire / Ireland II.2.4)Description of the procurement: Due to the increase in commuter volumes, planned fleet expansions and technical enhancement requirements associated with the move to a Traffic Management System, Iarnród Éireann Irish Rail (IÉ), had identified the need to enhance its fleet management capability. Rolling stock maintenance (locomotives, units, carriages, wagons, or other vehicles) is managed by SAP Plant Maintenance (SAP PM), this system monitors key activities that include inspection, notifications, corrective and preventive maintenance, repairs, and other measures to maintain an ideal technical system. Future stock availability is not known to the train planning system. In addition, the traffic management system can use of real time rolling stock formation information to support route planning, conflict management and resolution, ensure fleet compliance with infrastructure and improve customer service functions, providing a better service to customers and staff. The new fleet management system must: be able to integrate with existing systems, such as TPS, TMS and SAP PM using Mulesoft; should the timetable change, the updates should be incorporated into train consists planning with transparent changes that allows for optimisation; facilitate strategic decision-making by identifying potential efficiency improvements as well as potential cost reductions; manage the individual traction units as well as the carriages; integrate with our SAP PM (Plant Maintenance) system and detail conflicts on the maintenance system before committing the train on future timetables; integrate with TMS to provide information on real-time rolling stock formations, including changes to the rolling stock roster used as the basis of each train timetable; be able to determine (For long term plans) what rolling stock maintenance schedules there are, as-well-as know when in the future the rolling stock will be unavailable; have the ability to calculate planned distance (kilometres) and predict the maintenance schedule; integrate with the Train planning system to obtain current or planned timetables. It must confirm, according to availability, if the proposed timetable changes can be applied to the roster and highlight any roster conflicts; be able to integrate the timetables seamlessly from the TPS and must take any changes to the timetable into account by highlighting the resulting issues in the rolling stock rosters; configurable rules depending on the type of rolling stock, for other additional services and planned maintenance work; be able to manage the individual Traction units as well as the carriages; have an optimisation function that can create and update multi-day rolling stock rosters; multiple user levels i.e. depot level, traffic control overall view, management level fleet analysis, reporting etc. II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: yes Description of renewals: The contract will be for 3 years with an option to extend by a further 24 months at IE's discretion. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no 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 registers List and brief description of conditions: For full details, please download a copy of the attached pre-qualification questionnaire. III.1.2)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 (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 3 financial years. For full details, please download a copy of the attached pre-qualification questionnaire. III.1.3)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 questionnaire which seeks company details to establish the entitys technical capacity. For full details, please download a copy of the attached pre-qualification questionnaire. 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 procedure Negotiated 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 participate Date: 28/07/2021 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 recurrence This is a recurrent procurement: no VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Central Office of the High Court Postal address: Four Courts Town: Dublin 7 Postal code: D07 N972 Country: Ireland E-mail: [11]HighCourtCentralOffice@courts.ie Telephone: +353 18886511 Fax: +353 18886125 Internet address: [12]http://www.courts.ie VI.4.2)Body responsible for mediation procedures Official name: Central Office of the High Court Town: Dublin 7 Country: Ireland VI.4.4)Service from which information about the review procedure may be obtained Official name: Central Office of the High Court Postal address: Four Courts Town: Dublin 7 Postal code: D07 N972 Country: Ireland E-mail: [13]HighCourtCentralOffice@courts.ie Telephone: +353 18886511 Fax: +353 18886125 Internet address: [14]http://www.courts.ie VI.5)Date of dispatch of this notice: 28/06/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de