Contract notice

Information

Published

Date of dispatch of this notice: 18/10/2020

Expire date: 16/11/2020

External Reference: 2020-226871

TED Reference: 2020/S 205-498031

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Met Eireann
N/A
Glasnevin Hill,
Dublin 9
D09 Y921
IE
Contact person: Sinead Duffy
Telephone: +353 01806400
Internet address(es):
Main address: https://www.met.ie/

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=176189&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

Dual-polarisation Weather Radar at Shannon Airport
II.1.2)

Main CPV code

35722000  -  Radar
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Met Éireann, the National Meteorological Service of Ireland, operates and maintains the Irish weather radar network which is comprised of two single-polarisation C-band weather radars, one in the East of Ireland at Dublin Airport and other in the West of the country, at Shannon Airport. Met Éireann is currently planning to replace the weather radar system at Shannon Airport with a modern weather radar with dual-polarisation capabilities to ensure maximum availability of radar coverage for the west of Ireland.
The aim of this request for tenders is to procure a dual-polarisation weather radar system at Shannon Airport (along with its installation and commissioning into operational service), with the option to extend the order by one further dual-polarisation weather radar system for installation and commissioning at Dublin Airport.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38120000  -  Meteorological instruments
51215000  -  Installation services of meteorological equipment
II.2.3)

Place of performance

Main site or place of performance:  
Shannon
II.2.4)

Description of the procurement

Met Éireann, the National Meteorological Service of Ireland, operates and maintains the Irish weather radar network, which is comprised of two single-polarisation C-band weather radars, one in the East of Ireland at Dublin Airport and other in the West of the country, at Shannon Airport. The weather radar network plays a key role as the primary observational tool for rainfall and other types of precipitation over wide geographical areas of Ireland.
In order to enhance the quality and reliability of meteorological and hydrological services provided to the public, Met Éireann is planning to replace the weather radar system at Shannon Airport with a modern weather radar with dual-polarisation capabilities to ensure maximum availability of radar coverage for the west of Ireland.
The aim of this request for tenders is to commence the process of the procuring the delivery, installation and commissioning into operational service of a dual-polarisation weather radar system at Shannon Airport, with the option to extend the order by one further dual-polarisation weather radar system for installation and commissioning at Dublin Airport.
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: 2500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This contract will be issued for a term of up to twelve (12) months for the commissioning phase and a further three (3) years maintenance phase.
The Contracting Authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of seven such extension or extensions on the same terms and conditions.
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

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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 149-364729
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/11/2020
Local time:  17:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  16/11/2020
Local time:  17:00

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

The Courts Service of Ireland
Dublin
IE