9226 ICR Head, Tail and Marker Light

IÉ wishes to procure 252 combined LED units (headlight with dim/full beam, marker, and taillight) and 126 upper marker-only units for the 22000 ICR Fleet. Units must comply with EN 15153-1:2020 and EN 50155, be installable without vehicle modification, and include adaptor plates if needed. Suppliers must provide two cabs’ …

CPV: 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 34990000 Control, safety, signalling and light equipment, 31500000 Lighting equipment and electric lamps, 31510000 Electric filament lamps, 31520000 Lamps and light fittings, 31530000 Parts of lamps and lighting equipment, 34000000 Transport equipment and auxiliary products to transportation, 34600000 Railway and tramway locomotives and rolling stock and associated parts, 34620000 Rolling stock, 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment, 34900000 Miscellaneous transport equipment and spare parts
Deadline:
May 16, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
9226 ICR Head, Tail and Marker Light
Awarding body:
Iarnród Eireann-Irish Rail
Award number:
0

1. Buyer

1.1 Buyer

Official name : Iarnród Eireann-Irish Rail
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : 9226 ICR Head, Tail and Marker Light
Description : IÉ wishes to procure 252 combined LED units (headlight with dim/full beam, marker, and taillight) and 126 upper marker-only units for the 22000 ICR Fleet. Units must comply with EN 15153-1:2020 and EN 50155, be installable without vehicle modification, and include adaptor plates if needed. Suppliers must provide two cabs’ worth of units for fitment and one-month dynamic testing before full rollout. Units will be delivered to Laois Traincare Depot. Packaging must allow for one year of dry storage. A 12-month warranty and Certificate of Conformance are required.
Procedure identifier : 1a74cde9-9da3-479c-ae9a-356a11101a2b
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 34990000 Control, safety, signalling and light equipment
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31510000 Electric filament lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 9226 ICR Head, Tail and Marker Light
Description : IÉ wishes to procure 252 combined LED units (headlight with dim/full beam, marker, and taillight) and 126 upper marker-only units for the 22000 ICR Fleet. Units must comply with EN 15153-1:2020 and EN 50155, be installable without vehicle modification, and include adaptor plates if needed. Suppliers must provide two cabs’ worth of units for fitment and one-month dynamic testing before full rollout. Units will be delivered to Laois Traincare Depot. Packaging must allow for one year of dry storage. A 12-month warranty and Certificate of Conformance are required.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 34990000 Control, safety, signalling and light equipment
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31510000 Electric filament lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/05/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing additional information about the procurement procedure : Iarnród Eireann-Irish Rail -
Organisation providing offline access to the procurement documents : Iarnród Eireann-Irish Rail -
Organisation receiving requests to participate : Iarnród Eireann-Irish Rail -
Organisation processing tenders : Iarnród Eireann-Irish Rail -

8. Organisations

8.1 ORG-0001

Official name : Iarnród Eireann-Irish Rail
Registration number : 119571
Postal address : Inchicore
Town : Dublin
Postcode : Dublin 8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : (01) 836 6222
Internet address : https://www.irishrail.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : e30a7057-1ce5-4b9f-a977-d59874d6d807 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/04/2025 14:43 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00253759-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025