Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 19/01/2021

Expire date: 23/02/2021

External Reference: 2021-286487

TED Reference: 2021/S 015-034875

Contract notice for contracts in the field of defence and security

Cached Version

Contract notice

Defence and security

Directive 2009/81/EC

Supplies

Section I: Contracting authority/entity

I.1)

Name, addresses and contact point(s)

Department of Defence
292
Station Road
Newbridge  Co Kildare
IE
For the attention of: John Thornton
Telephone: +353 45452367
E-mail: john.thornton@defence.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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 by the contracting authority:

DMR/SSR supply to Irish DoD

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.1.5)

    Short description of the contract or purchase(s)

    The Defence Forces of Ireland are considering the purchase of a single rifle type to fulfil the operational requirements for Designated Marksman and Sniper Support to replace the existing FN FAL 7.62mm sniper support rifle. The rifle shall share a commonality of features such as calibre, operation system, modes of fire and general functioning. There may be variations in accessories and ergonomics appropriate to the two roles. The DMR/SSR will be expected to remain in service for the next 15 to 20 years and have a proven maintenance and support capability. In the Designated Marksman role the rifle will be deployed by Infantry and Cavalry Units down to Section level. In the Sniper Support role the rifle will be deployed in a sniper pair in support of the Accuracy International .308 AW and .338 SM rifles.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35000000   Security, fire-fighting, police and defence equipment
    Supplementary vocabulary
    35300000   Weapons, ammunition and associated parts
    35320000   Firearms
    35321000   Light firearms
    35321200   Rifles
    II.1.7)

    Information about subcontracting

    The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
    The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
    The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC
    The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    As per attached PQQ document

    Estimated cost excluding VAT: 1500000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As per attached PQQ document

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As per attached PQQ document

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    As per attached PQQ document

    III.1.4)

    Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

    As per attached PQQ document

    III.1.5)

    Information about security clearance

    Candidates which do not yet hold security clearance may obtain such clearance until:  01.10.2021
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    III.2.2)

    Economic and financial ability

    Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    III.2.3)

    Technical and/or professional capacity

    Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Minimum level(s) of standards possibly required:

    As per attached PQQ document

    Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
    Information and formalities necessary for evaluating if the requirements are met:

    As per attached PQQ document

    Minimum level(s) of standards possibly required:

    As per attached PQQ document

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    Objective criteria for choosing the limited number of candidates: 

    As per attached PQQ document

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority/entity

    Con 26/2019

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    23.02.2021 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    09.03.2021
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    292
    Inns Quay
    Dublin 7
    IE
    Telephone: +353 18886458
    Internet address:
     

    Body responsible for mediation procedures

    High Court
    292
    Inns Quay
    Dublin 7
    Telephone: +353 18886458
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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