Contract notice

Information

Published

Date of dispatch of this notice: 16/09/2016

Expire date: 15/11/2016

External Reference: 2016-525764

TED Reference: 2016/S 182-326291

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin Institute for Advanced Studies
10 Burlington Road
Dublin
Dublin 4
IE
Contact person: Grace Forkin
Telephone: +353 16140100
Fax: +353 16680561
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: https://www.dias.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103170&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  Research Institute Publicly Funded by the Irish State
I.5)

Main activity

Other activity:  Research

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Fixed RealTime Broadband OBS Systems
Reference number:  Fixed RealTime Broadband OBS Sys
II.1.2)

Main CPV code

34930000  -  Marine equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Science Foundation
Ireland has provided
the Dublin Institute
for Advanced Studies
with funding to
purchase up to 2
fixed broadband (120
s – 100 Hz) Ocean
Bottom Seismographs
(OBS) with acoustic
sensors and with
real-time data
connection to the
data centre in
Dublin. It is
envisaged that
instruments will be
deployed at
distances of up to
200 Km offshore in
water depths of up
to 4000m.
A detailed
specification of
requirements is set
out in Section 2 of
the main Tender
Document which is
available to upload
in the document
section of this
tender. Tenders must
comply with the
format of tender as
set out in Section
3. We are asking
Suppliers to provide
separate quotes for
supply and delivery
of 1 and 2 of these
systems. Again
further information
is available in the
main section of this
document.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
34515000  -  Floating structures
38200000  -  Geological and geophysical instruments
38293000  -  Seismic equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
to be decided but likely to be 5 Merrion Square North Dublin 2
II.2.4)

Description of the procurement

Science Foundation
Ireland has provided
the Dublin Institute
for Advanced Studies
with funding to
purchase up to 2
fixed broadband (120
s – 100 Hz) Ocean
Bottom Seismographs
(OBS) with acoustic
sensors and with
real-time data
connection to the
data centre in
Dublin. It is
envisaged that
instruments will be
deployed at
distances of up to
200 Km offshore in
water depths of up
to 4000m.
A detailed
specification of
requirements is set
out in Section 2 of
the main Tender
Document which is
available to upload
in the document
section of this
tender. Tenders must
comply with the
format of tender as
set out in Section
3. We are asking
Suppliers to provide
separate quotes for
supply and delivery
of 1 and 2 of these
systems. Again
further information
is available in the
main section of this
document.
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

Value excluding VAT: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
We require two separate quotes. That is one quote should be for the provision of one Fixed Real Time Broadband OBS system and the other for provision of 2.
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

Full details of the tender is available in the document section for uploading. This includes information advising bidders on how they might bid for this tender.

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:  List and brief description of conditions:
1. All candidates will be required to produce a certificate demonstrating that they are not bankrupt or the subject of an administration order,are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
2. All candidates are required to produce a certificate or declaration demonstrating that the candidate their directors or any other person who has powers of representation has not been convicted of conspiracy, corruption, bribery or money laundering. Failure to provide such a declaration will result in the candidate being ineligible to participate in this procurement process.
3. All candidates must comply with the requirements of the State in which they participate/operate regarding registration on the professional or trade register
4. All candidates will be required to produce a certificate of declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of the relevant State in which the economic operator is established
5. All candidates will be required to produce a certificate of declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the main procurement document available for upload.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
The technically ability to deliver the required systems will be judged from your response to questions set out in the Specification of Requirement Section 2 found in the main document available for upload. It includes therefore
• Completion of Section 2 Equipment Compliance with specified requirements
• Evidence of similar contracts delivered over the past five years with references
• Compliance with relevant quality/technical standards.
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/11/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  30/11/2016
IV.2.7)

Conditions for opening of tenders

Date:  15/11/2016
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Eversheds
One Earlsfort Centre, Earlsfort Terrace
Dublin
D2
IE
Telephone: +353 16644200

VI.5)

Date of dispatch of this notice

16/09/2016