Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2021

Expire date: 13/12/2021

External Reference: 2021-207636

TED Reference: 2021/S 224-588384

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Promaritime Ltd
514992
The Seamanship Centre, Killybegs
Donegal
Donegal
IE
Contact person: Richard Timony
Telephone: +353 868937225
NUTS code:  IE -  IRELAND
Internet address(es):
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=202033&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:  Private Organisation
I.5)

Main activity

Other activity:  Training Company

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Tender for the supply of a purpose built Commercial Work Boat Training Vessel
Reference number:  Promaritime Ltd
II.1.2)

Main CPV code

34520000  -  Boats
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Seamanship Centre (Promaritime Ltd) is a training Centre offering professional industry training to international shipping companies, offshore, workboat & yachting industries and who are seeking tenders from suitably qualified and competent professional boat builders for a Commercial Work Boat Training Vessel (Fast Work Boat).
The boat will be equipped to industry standard workboat fit-out with 5 helm positions from which 4 candidates and the active instructor will have access to ECDIS (Electronic Chart Display and Information System) & conventional paper navigation charts. There will also be a 6th seating position for Instructor/Examiner/Observer. The boat will be equipped with a generous galley and hygiene facilities.
II.1.5)

Estimated total value

Value excluding VAT: 270000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34500000  -  Ships and boats
34521000  -  Specialised boats
50244000  -  Reconditioning services of ships or boats
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Seamanship Centre (Promaritime Ltd) is a training Centre offering professional industry training to international shipping companies, offshore, workboat & yachting industries and who are seeking tenders from suitably qualified and competent professional boat builders for a Commercial Work Boat Training Vessel.
The boat will be equipped to industry standard workboat fit-out with 5 helm positions from which 4 candidates and the active instructor will have access to ECDIS (Electronic Chart Display and Information System) & conventional paper navigation charts. There will also be a 6th seating position for Instructor/Examiner/Observer. The boat will be equipped with a generous galley and hygiene facilities.
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: 270000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 10
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: yes
Identification of the project: The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: LEADER is a Programme that is co-funded by the European Agricultural Fund for Rural Development

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:  The Contractor is using the open procedure for the award of this contract, therefore, while all interested parties may submit a tender, only those demonstrating that they have the required level of financial and technical capacity will have their tender considered. In order to demonstrate a tenderers’ qualifications, tenderers are required to provide the information set out below in the Tender Response Document (TRD) which is based on a self-declaration model, however tenderers are required to provide the minimum information required.
General Information
Provide contact and general information on the tendering organisation - Company name, address and contact details for individual responsible for this tender and company overview as well as information on sub-contractors.
Legal Compliance
Complete the Declaration of bona Fides as per Art. 57 of Directive 2014/24EU as implemented by SI 284 of May 2016 as contained in the Tender Response Document.
Complete the Declaration regarding compliance with relevant statutory obligations as contained in the Tender Response Document. Where tenderers are established and operating outside of Ireland compliance with equivalent legislation as applicable in the country of establishment/operation is required.
Financial
Tax: Confirmation that the tenderer / all parties associated with the tenderer are fully tax compliant in accordance with the rules of the Irish Revenue Commissioners.
Insurance: Confirmation of the following insurances being in place:
• Employers Liability - €13 million
• Public Liability €6.5 million
Previous Contracts
Tenderers must provide information clearly demonstrating successful delivery of [3] previous comparable contracts.
Candidates are required to detail their track record of providing similar service required – as outlined in Specification of Requirements - Section 5.
Candidates must demonstrate that they have undertaken service similar to that advertised on a minimum of three boats.
Health & Safety
Tenderers must provide information which demonstrates operation of health & safety systems and procedures in line with all relevant Safety Health & Welfare at Work legislation. Please complete the Tender Response Document (Appendix A). Evidence of compliance will be required as condition of contract award.
Quality Assurance
Tenderers must provide information which demonstrates a commitment to quality assurance and provide details of quality assurance policies and systems and whether 3rd party certified. Please complete the TRD.
Candidates must demonstrate that they have measures in place to ensure the delivery of a quality service.
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

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:  13/12/2021
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  13/12/2021
Local time:  12:00

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

Promaritime Ltd
Killybegs
Donegal Co Donegal
F94 V8WH
IE
Telephone: +353 868937225
Internet address: https://seamanship.ie/