Contract notice

Information

Published

Date of dispatch of this notice: 25/03/2022

Expire date: 27/04/2022

External Reference: 2022-213032

TED Reference: 2022/S 063-165305

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin Institute for Advanced Studies
N/A
10 Burlington Road
Dublin
Dublin 4
IE
Contact person: Grace Forkin
Telephone: +353 6140100
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: https://www.dias.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=210302&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:  Research Institute
I.5)

Main activity

Other activity:  Research Institute Publicly funded by the Irish State

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

DIAS Wide-Band Magnetotelluric Instrument Pool (MASTER: Magnetotelluric Acquisition Systems for Terrestrial Earth Research
Reference number:  DIAS MASTER EQUIPMENT
II.1.2)

Main CPV code

38230000  -  Electromagnetic geophysical instruments
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

.As can be seen from Appendix B (Specification and Requirements) of the tender document we are looking for sets of one type of instrument: We are looking for quotes for 8, 10 or 12 wide-band MT induction coil magnetometer type systems. A separate tender submission should be submitted for each Lot applied for. DIAS would like to procure a number of these systems and will not know until all bids are in and evaluated exactly how many can be acquired from available funds. The supply of higher quantities may include additional discount if applicable.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Eight (8) wide-band MT (induction coil magnetometer type) systems with recording, storage and data
Lot No:  1(a)
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38260000  -  Magnetometer geophysical instruments
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
To be decided but likely to be 5 Merrion Square North Dublin 2
II.2.4)

Description of the procurement

1. Lot 1(a):
Eight (8) wide-band MT (induction coil magnetometer type) systems with recording, storage and data transfer capability and associated equipment testing components. -See specification of Requirements section in Main Tender Document for full details
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: yes
Description of options:
We will require three quotes (1 for each lot) so a quote for 8 systems, a quote for 10 systems and a quote for 12 systems
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Full details of the tender is available in the document section for uploading. This includes information advising bidders on how they might bid for the tender
II.2)

Description

II.2.1)

Title

Ten (10) wide-band MT (induction coil magnetometer type) systems with recording, storage and data tr
Lot No:  1(b)
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38260000  -  Magnetometer geophysical instruments
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
To be decided but likely to be 5 Merrion Square North Dublin 2
II.2.4)

Description of the procurement

1. Lot 1(b):
Ten (10) wide-band MT (induction coil magnetometer type) systems with recording, storage and data transfer capability and associated equipment testing components. -See specification of Requirements section in Main Tender Document for full details
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: yes
Description of options:
We will require three quotes (1 for each lot) so a quote for 8 systems, a quote for 10 systems and a quote for 12 systems
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Full details of the tender is available in the document section for uploading. This includes information advising bidders on how they might bid for the tender
II.2)

Description

II.2.1)

Title

Twelve (12) wide-band MT (induction coil magnetometer type) systems with recording, storage and data
Lot No:  1(c)
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38260000  -  Magnetometer geophysical instruments
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
To be decided but likely to be 5 Merrion Square North Dublin 2
II.2.4)

Description of the procurement

1. Lot 1(c):
Twelve (12) wide-band MT (induction coil magnetometer type) systems with recording, storage and data transfer capability and associated equipment testing components. -See specification of Requirements section in Main Tender Document for full details
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

Duration in months: 12
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: yes
Description of options:
We will require three quotes (1 for each lot) so a quote for 8 systems, a quote for 10 systems and a quote for 12 systems
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Full details of the tender is available in the document section for uploading. This includes information advising bidders on how they might bid for the tender

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:  List and brief description of conditions: 1. All candidates will be required to produce a certificate demonstrating that they are not bankrupt or the subject of an administration order,are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
2. All candidates are required to produce a certificate or declaration demonstrating that
III.1.2)
III.1.3)
III.2) III.2.3)
the candidate their directors or any other person who has powers of representation has not been convicted of conspiracy, corruption, bribery or money laundering. Failure to provide such a declaration will result in the candidate being ineligible to participate in this procurement process.
3. All candidates must comply with the requirements of the State in which they participate/operate regarding registration on the professional or trade register
4. All candidates will be required to produce a certificate of declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of the relevant State in which the economic operator is established
5. All candidates will be required to produce a certificate of declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/04/2022
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:  26/07/2022
IV.2.7)

Conditions for opening of tenders

Date:  27/04/2022
Local time:  12:00
Information about authorised persons and opening procedure:  
2 persons required to open etender responses

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

High Court of Ireland
Ground Floor, East Wing, Four Courts, Inns Quay,
Dublin
D7
IE
Telephone: +353 18886699