Contract notice

Information

Published

Date of dispatch of this notice: 21/09/2017

Expire date: 23/10/2017

External Reference: 2017-689029

TED Reference: 2017/S 183-374600

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Transport, Tourism & Sport
N/A
Leeson Lane
Dublin 2
Dublin
IE
Contact person: Gerard Ryan
Telephone: +353 18228852
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.dttas.ie

I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=118926&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Gerard Ryan,
Irish Coast Guard, Department of Transport Tourism and Sport, Unit 1 Rosemount Park Road, Rosemount Business Park, D11
Dublin
D11 TV00
IE
Telephone: +353 18228852
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.dttas.ie

I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply, Installation and Commissioning of VHF Marine Band Coastal Radio Stations
Reference number:  IRCG 02/2017
II.1.2)

Main CPV code

32510000  -  Wireless telecommunications system
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Coast seeks a supplier for the supply, delivery, installation and commissioning of eight complete VHF Marine Band Coastal Radio Stations. Each station will be contained in one nineteen-inch rack and will consist of three channels, each with main/standby transceiver units.
It will be a requirement that the control of the transceivers be integrated with existing control systems at Dublin, Malin and Valentia control centres.
II.1.5)

Estimated total value

Value excluding VAT: 550000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32230000  -  Radio transmission apparatus with reception apparatus
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The Irish Coast seeks a supplier for the supply,
delivery, installation and commissioning of eight
complete VHF Marine Band Coastal Radio
Stations. Each station will be contained in one
nineteen-inch rack and will consist of three
channels, each with main/standby transceiver units.
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: 550000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Tenders will be required to demonstrate that they have sufficient financial and economic standing to undertake such a contract.
Applicants must provide the following information with their submission:
Provide Names and addresses of bankers.
Provide audited accounts and annual reports for the last three years to include the following, or other information to demonstrate the tenderers economic and financial standing - Balance sheet, statement of accounts, full notes to the accounts, directors report. Auditors report and tax exemption certificate (where appropriate) - reference to web site will not suffice. If these accounts refer to a parent company this must be advised.
Provide a statement of turnover since the last set of published/audited accounts.
The requested information will be used as part of the evaluation to form a shortlist of suppliers to whom the Authority will issue tender documentation.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Tenders will be required to demonstrate that they have a proven technical ability and capacity to provide the necessary equipments and on-going support for such equipments and systems to the required standard.
Applicants must provide the following information with their submission:
Comprehensive details of work of a similar nature completed by the applicant in the last three years, including name of clients, duration of contract, value, name of contract, telephone number and e-mail address.
Provide any further information about your experience that you feel may be appropriate in assisting to evaluate your request to participate.
Provide evidence of the company‘s quality assurance programmes, operated in similar previous/current contract by the applicant.
Provide an overview of the management structure with brief biographical details and relevant professional qualifications of the principle managers proposed to be employed in the provision of the services and of
the capacity in which they would be employed.
If the applicant proposes to assign or sub-let any part of the contract, please identify that part of the service and list the names, addresses and relevant experience of the proposed companies.
The requested information will be used as part of the evaluation to form a shortlist of suppliers to whom the Authority will issue tender documentation.
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

Restricted procedure
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:  2017-10-23
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Gerard Ryan
Irish Coast Guard, Department of Transport Tourism and Sport, Unit 1 Rosemount Park Road, Rosemount Business Park, D11
Dublin
D11 TV00
IE
Telephone: +353 18228852