Contract notice

Information

Published

Date of dispatch of this notice: 24/04/2019

Expire date: 05/06/2019

External Reference: 2019-228373

TED Reference: 2019/S 083-196659

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Transport, Tourism and Sport
N/A
Leeson Lane
Dublin 2
Dublin
IE
Contact person: Gerry Smullen
Telephone: +353 018228852
Fax: +353 018228853
Internet address(es):
Main address: http://www.dttas.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=145859&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Irish Coast Guard
Department of Transport, Tourism and Sport
Unit 1, Rosemount Park Road
Rosemount Business Park
D11TV00
IE
Contact person: Gerry Smullen
Telephone: +353 18228852
Fax: +353 18228853
Internet address(es):
Main address: 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

Maritime VHF Cavity Combiner / Filtering Systems
Reference number:  !RCG 01/2019
II.1.2)

Main CPV code

32000000  -  Radio, television, communication, telecommunication and related equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Coast Guard seeks a supplier for the Supply, Delivery, Installation and commissioning of sixteen 3 channel maritime VHF cavity combiner / filtering systems. All equipment to be delivered by October 2019. Each new equipment set will be contained within one nineteen inch equipment rack. Removal and certified correct disposal of sixteen legacy equipment sets forms part of this contract. It is intended to place the contract with a systems manufacturer / supplier who will be sole contractor with the authority. Tenderers will be required to demonstrate that they have a proven technical ability and capacity to provide the necessary equipment’s and on-going support for such equipment’s and systems to the required standard. They will also be required to demonstrate they have sufficient financial and economic standing to undertake such a contract.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32344250  -  Radio installations
51311000  -  Installation services of radio equipment
II.2.4)

Description of the procurement

The Irish Coast Guard seeks a supplier for the Supply, Delivery, Installation and commissioning of sixteen 3 channel maritime VHF cavity combiner / filtering systems. It is expected that all equipment will be delivered by October 2019. Each new equipment set will be contained within one nineteen inch equipment rack. Removal and certified correct disposal of sixteen legacy equipment sets forms part of this contract. It is intended to place the contract with a systems manufacturer / supplier who will be sole contractor with the authority. The sole contractor will be a liberty to subcontract individual elements to other manufacturers and suppliers. The sole contractor must be directly responsible for the execution of the complete contract. Tenderers will be required to demonstrate that they have a proven technical ability and capacity to provide the necessary equipment’s and on-going support for such equipment’s and systems to the required standard. They will also be required to demonstrate they have sufficient financial and economic standing to undertake such a contract.
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: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/06/2019  /  End: 31/12/2019
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: 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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  In any consortium bid, one supplier must act as prime contractor. However each supplier will be required to become jointly and severally responsible for the contract before acceptance.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Applicants must provide the following information with their submission:
Provide Names and addresses of their 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 website will not suffice. If these accounts refer to a parent company this must be advised.
Provide a statement of turnover since the last published / audited accounts.
Applicants will be required to demonstrate that their company have a proven ability and capacity to provide the required equipment to a high standard and will be required to demonstrate that they have sufficient financial and economic standing to undertake such a contract.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Applicants must provide the following information with their submission:
Comprehensive details of work of a similar nature completed by the applicant in the last 5 years, including name of clients, duration of contract, value, name of contract, telephone number and e-mail address.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to RFT
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/06/2019
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

Tender must be valid until:  05/10/2019
IV.2.7)

Conditions for opening of tenders

Date:  05/06/2019
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

Department of Transport, Tourism and Sport
Dublin
IE