Contract notice

Information

Published

Date of dispatch of this notice: 17/10/2020

Expire date: 19/11/2020

External Reference: 2020-235221

TED Reference: 2020/S 204-496457

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Met Éireann, a line division of the Department of Housing, Local Government and Heritage(DHLGH)
N/A
Glasnevin Hill,
Dublin 9
D09 Y921
IE
Contact person: Stephen Carey
Telephone: +353 018064200
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.met.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=175862&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

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

Main activity

Other activity:  National Meteorological Service

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Development of a Delft FEWS Platform for the Flood Forecasting Centre at Met Éireann
Reference number:  FEWS 001
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

Met Éireann intend to engage in a competitive process for the establishment of a framework agreement for the development, installation, support, and hosting of a FEWS Integrator for the Flood Forecasting Centre. The framework agreement will be established on foot of this tender competition / a competition for an initial contract for the development of a Delft-FEWS platform in an operational setting, integrating data management and forecasting tasks for several larger catchments (hereafter referred to as Hydrometric Areas) into a National Scale Flood Forecasting system. The working platform must facilitate flood forecasting at both a National and Catchment level. The tender will be required to integrate 3rd party hydrological model software into the Delft-FEWS platform. The platform will be cloud based and be geo-resilient. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement.
II.1.5)

Estimated total value

Value excluding VAT: 580000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48222000  -  Web server software package
48460000  -  Analytical, scientific, mathematical or forecasting software package
48462000  -  Mathematical or forecasting software package
71351600  -  Weather-forecasting services
72212222  -  Web server software development services
72212460  -  Analytical, scientific, mathematical or forecasting software development services
72212462  -  Mathematical or forecasting software development services
72415000  -  World wide web (www) site operation host services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Met Éireann intend to engage in a competitive process for the establishment of a framework agreement for the development, installation, support, and hosting of a FEWS Integrator for the Flood Forecasting Centre. The framework agreement will be established on foot of this tender competition / a competition for an initial contract for the development of a Delft-FEWS platform in an operational setting, integrating data management and forecasting tasks for several larger catchments (hereafter referred to as Hydrometric Areas) into a National Scale Flood Forecasting system. The working platform must facilitate flood forecasting at both a National and Catchment level. The tender will be required to integrate 3rd party hydrological model software into the Delft-FEWS platform. The platform will be cloud based and be geo-resilient. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement.
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: 580000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The max. duration of the framework agreement will be 7 years subject to satisfactory annual review of performance. The justification for a framework longer than the standard 4 years is the complex nature of the services required and the consequent disruption to the day-to-day operations of the Contracting Authority in acquiring and implementing any new functionality envisaged under the framework.
II.2.9)

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

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. The initial contract will be awarded to the successful tenderer for three years with the option of awarding extensions of one, two or three years’ extensions during the life of the framework
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 178057

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:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 178057.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
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

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The justification for a framework longer than the standard 4 years, is the complex nature of the services required and the consequent disruption to the day-to-day operations of the Contracting Authority in acquiring and implementing any new functionality envisaged under the framework
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  16/11/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/12/2020
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:178057) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 3 or 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 3 or 5 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification