Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 10/09/2021

Expire date: 11/10/2021

External Reference: 2021-243792

TED Reference: 2021/S 179-467259

Contract notice for contracts in the field of defence and security

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
N/A
Station Road
Newbridge  Co Kildare
IE
For the attention of: Contracts Branch
Telephone: +353 45492364
E-mail: contracts@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:

Supply of IMBAS 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 Irish Department of Defence is preparing a tender for the purchase of the torso protective component of the proposed Soldier’s Individual Modular Body Armour System (IMBAS). The body armour shall be a vest type system with a padded waist belt. The system shall also carry the soldier’s primary operational order equipment. It shall also be capable of carrying prescribed mission essential equipment for military deployments ranging from static guard duties to conventional military operations.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35815100   Bullet-proof vests
    Supplementary vocabulary
    35000000   Security, fire-fighting, police and defence equipment
    35113400   Protective and safety clothing
    35815000   Garments for anti-ballistic protection
    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
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all lots
    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:

    for the supply of 6,000 units over 3 years with the option of a further 2,100 units

    Estimated cost excluding VAT: 19500000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    for the purchase of 2,100 as outlined above

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Supply of IMBAS to Irish DoD
    1)

    Short description:

    Department of Defence, IRELAND, is considering the acquisition of a Soldier’s Individual Modular Body Armour System (IMBAS). The IMBAS shall be a vest type system with a padded waist belt. The system shall also be capable of carrying prescribed mission essential equipment for military deployments ranging from static guard duties to conventional military operations.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35815100   Bullet-proof vests
    Supplementary vocabulary
    35000000   Security, fire-fighting, police and defence equipment
    35113400   Protective and safety clothing
    35815000   Garments for anti-ballistic protection
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Spare armoured inserts and other associated consumables
    1)

    Short description:

    For spare parts and maintenance of the IMBAS system supplied.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35815100   Bullet-proof vests
    Supplementary vocabulary
    35000000   Security, fire-fighting, police and defence equipment
    35113400   Protective and safety clothing
    35815000   Garments for anti-ballistic protection
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    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

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

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

    Please see Appendix 3.

    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:

    Please see Appendix 1.

    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:

    Please see Appendix 1.

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

    Please see Appendix 1.

    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:

    Please see Appendix 1.

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

    Please see Appendix 1.

    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:

    Please see Appendix 1.

    Minimum level(s) of standards possibly required:

    Please see Appendix 1.

    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:

    Please see Appendix 1.

    Minimum level(s) of standards possibly required:

    Please see Appendix 1.

    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

    competitive dialogue
    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: 

    Will be stated in Stage 2 of this Tender.

    IV.1.3)

    Reduction of the number of operators during the negotiation or dialogue

    Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  no
    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

    183484

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    11.10.2021 - 12:00
    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

    The High Court
    High Court
    The Four Courts Inns Quay
    Dublin 7
    Internet address:
     

    Body responsible for mediation procedures

    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

    VI.5)

    Date of dispatch of this notice:

    12.9.2021