Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Other activity: marine research and development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Spatial Data and Evidence Projects.
Reference number: ITT17-051
II.1.2)Main CPV code
73112000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Marine Institute, a semi State body, wishes to invite tenders for an Outsourced Partner to deliver four primary projects, known collectively as the ‘Spatial Data and Evidence Projects’.
The primary purpose of this Tender is to deliver Spatial Data and Evidence Projects to support MSP in Ireland. Working together, the Outsourced Partner and the Institute will identify requirements and collate relevant spatial data and evidence, which will provide a technical and scientific foundation for implementation of MSP in Ireland.
The Spatial Data and Evidence Projects are:
Project 1: Data Discovery, Collation and Gap Analysis and Collection;
Project 2: Map and Assess Marine Ecosystems and their Services;
Project 3: Climate Change Risks;
Project 4: Modelling and Support Tools.
Detailed technical requirements are available in the attached Invitation to Tender document.
II.1.5)Estimated total value
Value excluding VAT: 850 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71248000
71354500
72224000
72242000
72300000
73000000
73110000
73200000
73210000
90710000
90712300
90712400
98360000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
The Marine Institute, a semi State body, wishes to invite tenders for an Outsourced Partner to deliver four primary projects, known collectively as the ‘Spatial Data and Evidence Projects’.
The primary purpose of this Tender is to deliver Spatial Data and Evidence Projects to support MSP in Ireland. Working together, the Outsourced Partner and the Institute will identify requirements and collate relevant spatial data and evidence, which will provide a technical and scientific foundation for implementation of MSP in Ireland.
The Spatial Data and Evidence Projects are:
Project 1: Data Discovery, Collation and Gap Analysis and Collection;
Project 2: Map and Assess Marine Ecosystems and their Services;
Project 3: Climate Change Risks;
Project 4: Modelling and Support Tools.
Detailed technical requirements are available in the attached Invitation to Tender document.
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: 850 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.2.12)Information about electronic catalogues
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
See attached Invitation to 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:
See attached Invitation to tender.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
See attached Invitation to tender.
Minimum level(s) of standards possibly required:
See attached Invitation to tender.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
See attached Invitation to tender.
Minimum level(s) of standards possibly required:
See attached Invitation to tender.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
See attached Invitation to tender.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/10/2017
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/10/2017
Local time: 16:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
See attached Invitation to tender.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/09/2017