Contract notice

Information

Published

Date of dispatch of this notice: 17/06/2020

Expire date: 31/07/2020

External Reference: 2020-258327

TED Reference: 2020/S 119-288672

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Defence Forces Ireland
N/A
McKee Barracks
Dublin 7.
Blackhorse Ave.
IE
Contact person: Peter Scully
Telephone: +353 18042882
Internet address(es):
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=168745&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

Body governed by public law
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Water Purification System to the Defence Forces Ireland
Reference number:  DEK/04/20
II.1.2)

Main CPV code

42912300  -  Machinery and apparatus for filtering or purifying water
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Defence Forces Corps of Engineers requires Water Purification Systems for use on Overseas Service with the United Nations and to support Defence Forces operations in Ireland. These Water Purification Systems should be capable of supporting operations in all climates, with an approximate purified water production rate greater than 4,000 litres per hour. The Water Purification Units should be self-contained and powered by an external generator or electrical supply to be supplied by the Irish Defence Forces.
1.2 Scope and extent of work
1. Lot 1: Four (4) Ultra-filtration (or equivalent) Water Purification System, capable of producing a minimum of 4,000 litres of purified water on an hourly basis.
2. Lot 2: Three (3) Reverse Osmosis (or equivalent) Water Purification System, capable of producing a minimum of 4,500 litres of purified water on an hourly basis
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  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

Lot 1: Four (4) Ultra-filtration (or equivalent) Water Purification System, capable of producing a m
Lot No:  1
II.2.2)

Additional CPV code(s)

31161400  -  Primary water systems
42122130  -  Water pumps
42912310  -  Water filtration apparatus
42912330  -  Water-purifying apparatus
44611500  -  Water tanks
45232430  -  Water-treatment work
45245000  -  Dredging and pumping works for water treatment plant installations
45252126  -  Drinking-water treatment plant construction work
II.2.4)

Description of the procurement

Lot 1: Four (4) Ultra-filtration (or equivalent) Water Purification System, capable of producing a minimum of 4,000 litres of purified water on an hourly basis.
2. Lot 2: Three (3) Reverse Osmosis (or equivalent) Water Purification System, capable of producing a minimum of 4,500 litres of purified water on an hourly basis
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: no
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

See RFT
II.2)

Description

II.2.1)

Title

Lot 2: Three (3) Reverse Osmosis (or equivalent) Water Purification System, capable of producing a m
Lot No:  2
II.2.2)

Additional CPV code(s)

31161400  -  Primary water systems
42122130  -  Water pumps
42912310  -  Water filtration apparatus
42912330  -  Water-purifying apparatus
44611500  -  Water tanks
45232430  -  Water-treatment work
45245000  -  Dredging and pumping works for water treatment plant installations
45252126  -  Drinking-water treatment plant construction work
II.2.4)

Description of the procurement

Lot 1: Four (4) Ultra-filtration (or equivalent) Water Purification System, capable of producing a minimum of 4,000 litres of purified water on an hourly basis.
2. Lot 2: Three (3) Reverse Osmosis (or equivalent) Water Purification System, capable of producing a minimum of 4,500 litres of purified water on an hourly basis
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: no
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

See RFT

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 Rft
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See Rft
Minimum level(s) of standards possibly required:  
See Rft
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See Rft
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:  18/06/2020
Local time:  18:00
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:  01/09/2020
IV.2.7)

Conditions for opening of tenders

Date:  18/06/2020
Local time:  18:00
Place:  
McKee Barracks

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

High Court Ireland
Dublin
IE