Contract notice

Information

Published

Date of dispatch of this notice: 24/09/2015

Expire date: 06/11/2015

External Reference: 2015-160476

TED Reference: 2015/S 188-341316

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Dublin Institute of Technology
N/A
Rathmines House
143-149 Lower Rathmines Road  Dublin
IE
For the attention of: Mr. Tom Sheridan
Telephone: +353 14023000
E-mail: tom.sheridan@dit.ie
Fax: +353 14023400
Internet address(es):
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/369
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=92973&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=92973&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

The provision of Airbus A320 Virtual Maintenance Trainer Software

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No24:  Education and vocational education services
    Main site or location of works, place of delivery or of performance:

    Dublin Institute of Technology, Aviation Technology Centre, Unit C 3B, Airport Business Park, Co. Dublin, Ireland.

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The School of Transport Engineering, Environment & Planning in the College of

    Engineering and Built Environment, DIT Bolton Street, requires two (2) Airbus

    A320 Virtual Maintenance Trainers (VMT’s) for its core facilities to enhance its

    aviation technologies activities. Delivery, installation and commissioning of the

    A320 VMT software will it is planned take place at the DIT Aviation Technology

    Centre, Unit C 3B, Airport Business Park, Co. Dublin. Support services for the

    VMT are expected for a 12 month period.

    The VMT’s will allow DIT to simulate a typical modern aircraft using appropriate

    hardware and licenced software. A VMT for a typical modern wide bodied aircraft

    allows access to a virtual cockpit with the ability to simulate typical modern

    airframe systems and avionics systems such as Flight Management Systems

    (FMS), auto-pilot and glass cockpit common display systems such as Electronic

    Flight Instrument Systems (EFIS).VMT’s will also facilitate simulation of Central

    Maintenance Computing function (CMCF) on a typical modern aircraft allowing

    Built in Test Equipment (BITE) simulation of the aircraft’s system.

    A VMT is the ideal solution for where access to the real aircraft is restricted, for

    the student to perform trouble shooting exercises, access to BITE, LRU

    replacement and experience what is happening with the system in real time with

    associated active schematics.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    48000000   Software package and information systems
    Supplementary vocabulary
    48120000   Flight control software package
    48190000   Educational software package
    48931000   Training software package
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The School of Transport Engineering, Environment & Planning in the College of Engineering and Built Environment, DIT Bolton Street requires two (2) Airbus A320 Virtual Maintenance Trainers (VMT’s) for its core facilities to enhance its aviation technologies activities. Delivery, installation and commissioning of the A320 VMT software will it is planned take place at the DIT Aviation Technology Centre, Unit C 3B, Airport Business Park, Co. Dublin. Support services for the VMT are expected for a 12 month period.

    The VMT’s will allow DIT to simulate a typical modern aircraft using appropriate hardware and licenced software. A VMT for a typical modern wide bodied aircraft allows access to a virtual cockpit with the ability to simulate typical modern airframe systems and avionics systems such as Flight Management Systems (FMS), auto-pilot and glass cockpit common display systems such as Electronic Flight Instrument Systems (EFIS).VMT’s will also facilitate simulation of Central Maintenance Computing function (CMCF) on a typical modern aircraft allowing Built in Test Equipment (BITE) simulation of the aircraft’s system.

    A VMT is the ideal solution for where access to the real aircraft is restricted, for the student to perform trouble shooting exercises, access to BITE, LRU replacement and experience what is happening with the system in real time with associated active schematics.

    Estimated cost excluding VAT
    Range: between  95000  and 105000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals: 
    Range: between   1  and  3
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 012 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    N/A

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    See RFT

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    See RFT

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    OEM license

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    N/A

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    See RFT

    Minimum level(s) of standards possibly required:

    See RFT

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    See RFT

    Minimum level(s) of standards possibly required:

    See RFT

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    NCTR 1514

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 27.10.2015 - 17:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    06.11.2015 - 17:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Irish Courts

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained