Contract award notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 10/11/2020

External Reference: 2020-265740

TED Reference: 2020/S 222-547120

Contract award notice for contracts in the field of defence and security

Contract award notice

Defence and security

Directive 2009/81/EC

Supplies

Section I: Contracting authority/entity

I.1)

Name, addresses and contact point(s)

Minister for Defence
Department of Defence
Station Road
Newbridge  Co Kildare
IE
Contact point(s): Contracts Branch
For the attention of: Contracts Branch
Telephone: +353 45492364
E-mail: contracts@defence.ie
I.2)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)

Main activity

  • Defence
I.4)

Contract award on behalf of other contracting authorities/entities

The contracting authority/entity is purchasing on behalf of other contracting authorities/entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract:

Contract Award Notice - AUV‘s - CON0041/2019

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Co Kildare

    NUTS code
    IRELAND
    II.1.4)

    Short description of the contract or purchase(s)

    Additional deliveries from the original supplier, as provided for under Article 28.3 of Directive 2009/81/EC - Twenty Eight (28) Fortress 200 Armoured Utility Vehicles.

    II.1.5)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35410000   Armoured military vehicles
    II.2)

    Total final value of contract(s)

    II.2.1)

    Total final value of contract(s)

    Value: 5572000 EUR
    Excluding VAT

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated without publication of a contract notice
    Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU):
    Directive 2009/81/EC
    1) Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC or 2004/17/EC respectively
    All tenders submitted in reply to a restricted procedure, negotiated procedure with prior publication of a contract notice or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria:  no
    The periods for the restricted procedure and the negotiated procedure with prior publication of a contract notice are incompatible with the urgency resulting from a crisis:  no
    Extreme urgency brought about by events unforeseeable by the contracting authority/entity and in accordance with the strict conditions stated in the relevant Directive:  no
    The contract concerns research and development services other than those referred to in Article 13 of Directive 2009/81/EC:  no
    The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the Directive:  no
    [DAdditOrderedAnnexD3]:  yes
    [DCommodityMarketAnnexD3]:  no
    [DAdvantageousTermsAnnexD3]:
    Contract related to the provision of air and maritime transport services for the armed forces of a Member State deployed or to be deployed abroad, under the strict conditions stated in the Directive:  no

    Article 28 – 3 (a)

    for supply contracts

    for additional deliveries by the original supplier which are intended either as a partial replacement of normal supplies or installations or as the extension of existing supplies or installations where a change of supplier would oblige the contracting authority/entity to acquire material having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance.

    Justification:

    Twenty Eight (28) Fortress 200 Armoured Utility Vehicles

    These additional vehicles are required to provide the Defence Forces with essential operational mobility, particularly in overseas theatres of operation. Each separate vehicle platform in the organisation, and in overseas theatres of operation, present a unique and significant supply chain and training (technical and operator) burden. For this reason having two vehicle platforms procured from different suppliers, to fulfil the same function, is problematic and carries with it substantive risk as outlined below.

    Existing DF Armoured Utility Vehicles are heavily customised particularly in armoured and mission essential elements with a significant percentage of the vehicles comprised of non-standard/bespoke Centigon designed/owned parts. It is essential to maintain a single type vehicle fleet to avoid the significant risk to the protection of Defence Force troops arising from logistical complication caused by a mixed fleet of vehicles.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of
    IV.2.2)

    Information about electronic auction

    An electronic auction has been used:  no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority/entity

    CON/0041/2019 - AUV

    IV.3.2)

    Previous publication(s) concerning the same contract

    Section V: Award of contract

    Contract No: 1 Lot No: 1 - Lot title:

    Contract Award to original supplier - AUV‘s

    V.1)

    Date of contract award decision:

    23.09.2020
    V.2)

    Information about offers

    Number of offers received: 1
    Number of offers received by electronic means: 1
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Centigon France SAS
    Z1-42 Rue d'Armor
    Lamballe Cedex
    22400  Lamballe
    FR
    Internet address:
    V.4)

    Information on value of contract

    Initial estimated total value of the contract:
    Value: 5572000 EUR
    Excluding VAT
    Total final value of the contract:
    Value: 5572000 EUR
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no

    Section VI: Complementary information

    VI.1)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Procedures for appeal

    VI.3.1)

    Body responsible for appeal procedures

    High Court
    Four Courts, Inns Quay
    Dublin 7
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.3.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.3.3)

    Service from which information about the lodging of appeals may be obtained

    VI.4)

    Date of dispatch of this notice:

    12.11.2020