Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about 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 authorityNational or federal agency/office
I.5)Main activityOther activity: Marine Research and Development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Reference number: ITT18-051
II.1.2)Main CPV code63726800
II.1.3)Type of contractServices
II.1.4)Short description:
The Marine Institute wish to engage a suitable qualified and experienced Naval Architecture consultancy firm to provide design, procurement and project management support for the construction of a new research vessel for the Institute.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)34513000
34513550
71000000
71200000
71210000
71220000
71240000
71250000
71300000
71320000
71350000
71354500
72224000
73000000
73112000
73200000
73220000
73424000
79415200
79421200
98360000
II.2.3)Place of performanceNUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
The Marine Institute wish to engage a suitable qualified and experienced Naval Architecture consultancy firm to provide design, procurement and project management support for the construction of a new research vessel for the Institute. This support will be required to be provided in 2 phases:
— Phase 1: Design development to the Institute’s requirements including model testing of hull and propulsion system. Preparation of tender documentation for international procurement process to engage suitable shipyard for construction of the vessel,
— Phase 2: Provision of basic and detailed design documentation: this phase includes the provision of documentation at the class/basic and detailed design level. This documentation will be provided to the shipyard on award of shipbuilding contract. This phase also includes liaison with flag and class; plan approval and approval of documentation provided by shipbuilder as well as the provision of naval architect and project management expertise for the build and testing/commissioning phases.
A full technical description is available in the attached Invitation to Tender documentation.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 40
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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, ESPD and Draft Contract.
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 registersList and brief description of conditions:
See attached invitation to tender, ESPD and Draft Contract.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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, ESPD and Draft Contract.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen 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 participateDate: 07/12/2018
Local time: 10:00
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/12/2018
Local time: 10:00
Place:
Information about authorised persons and opening procedure:
Tenders opened electronically.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
See attached Invitation to Tender, ESPD and Draft Contract.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
As per the procurement and remedies directives.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:06/11/2018