Contract notice

Information

Published

Date of dispatch of this notice: 25/04/2022

Expire date: 27/05/2022

External Reference: 2022-296376

TED Reference: 2022/S 084-224051

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Atlantic Technological University
IE3926731JH
Donegal Port Road
Letterkenny
Co.Donegal
IE
Contact person: Corinna Gavin
Telephone: +353 91753161
NUTS code:  IE04 -  Northern and Western
Internet address(es):
Main address: https://www.atu.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=212390&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Atlantic Technological University
IE3926731JH
Dublin Road
Galway
H91 T8NW
IE
Contact person: Corinna Gavin
Telephone: +353 91753161
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.atu.ie/

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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ATU Connemara Establishment of a multi-party framework agreement for The supply and installation of Industrial Woodworking Equipment
Reference number:  ATU Connemara 2022
II.1.2)

Main CPV code

42000000  -  Industrial machinery
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of a multi operator framework agreement for the supply and installation of Industrial Woodworking Equipment under two lots: Tenderers can apply for one or all of the lots.
Lot 1: Industrial Equipment CNC Workstation/Router and associated equipment, supply, installation, commissioning, training, and maintenance, and spare parts, and disposal of obsolete equipment.
Lot 2: Woodworking Processing Machinery and Equipment and Associated Tooling.
Please note that the initial contract will be for the Atlantic Technological University Connemara Campus, all Atlantic Technological University Locations may use this framework throughout its’ lifetime (within the 4 years).
Please refer to attached documentation for further details.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  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

Industrial Equipment CNC WorkStation/Router and associated equipment, supply, installation etc
Lot No:  1
II.2.2)

Additional CPV code(s)

42600000  -  Machine tools
42611000  -  Special-purpose machine tools
42612000  -  Machining centre
42612100  -  Horizontal-spindle machining centre
42612200  -  Vertical-spindle machining centre
42620000  -  Lathes, boring and milling machine tools
42621000  -  Lathes
42621100  -  CNC lathe
42623000  -  Milling machines
42642100  -  Machine tools for working wood
48921000  -  Automation system
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
ATU Galway City, ATU Connemara, ATU Mayo, ATU Sligo, ATU St Angela's Sligo, ATU Letterkenny, ATU Killbegs
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a multi operator framework agreement for the supply and installation of Industrial Woodworking Equipment under two lots: Tenderers can apply for one or all of the lots.
Lot 1: Industrial Equipment CNC Workstation/Router and associated equipment, supply, installation, commissioning, training, and maintenance, and spare parts, and disposal of obsolete equipment.
Please note that the initial contract will be for the Atlantic Technological University Connemara Campus, all Atlantic Technological University Locations may use this framework throughout its’ lifetime (within the 4 years).
A framework agreement constitutes a means of establishing overall terms and conditions in accordance with which, for a specified duration, individual contracts may or not be awarded.
Please refer to attached documentation for further 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: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 8
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
II.2.14)

Additional information

* Please note however that additional items falling within the category of specialist woodwork equipment and technology may also be required over the life of the framework.
Refer to attached documentation.
II.2)

Description

II.2.1)

Title

Woodworking Processing Machinery and Equipment and Associated Tooling
Lot No:  2
II.2.2)

Additional CPV code(s)

42600000  -  Machine tools
42611000  -  Special-purpose machine tools
42612000  -  Machining centre
42612100  -  Horizontal-spindle machining centre
42612200  -  Vertical-spindle machining centre
42620000  -  Lathes, boring and milling machine tools
42621000  -  Lathes
42621100  -  CNC lathe
42623000  -  Milling machines
42642100  -  Machine tools for working wood
48921000  -  Automation system
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
ATU Galway City, ATU Connemara, ATU Mayo, ATU Sligo, ATU St Angela's Sligo, ATU Letterkenny, ATU Killbegs
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a multi operator framework agreement for the supply and installation of Industrial Woodworking Equipment under two lots: Tenderers can apply for one or all of the lots.
Lot 2: Woodworking Processing Machinery and Equipment and Associated Tooling.
The range of equipment required under the framework agreement may include, but not be limited to:
• Spindle Moulder,
• Thicknesser, Surfacer,
• Edgebander,
• Single Ended Tenoner,
• Panel Saw,
• Bandsaw,
• Sanding Machine, etc.
Please note that the initial contract will be for the Atlantic Technological University Connemara Campus, all Atlantic Technological University Locations may use this framework throughout its’ lifetime (within the 4 years).
Please refer to attached documentation for further 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: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 8
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:  Please refer to Prequalification Questionnaire
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

Restricted procedure
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 several operators
Envisaged maximum number of participants to the framework agreement:  4
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:  27/05/2022
Local time:  12:00
IV.2.3)

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

Date: 27/06/2022
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 invoicing will be accepted
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) 21243 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:187213) 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 framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
VI.4)
VI.4.1)
VI.4.3)
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 defacto 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 8 will be invited to tender, please note that the
contracting authority reserves the right to invite at least 8 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

high court
Inns Quay
Dublin
7
IE
Telephone: +353 18886000

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