Contract notice

Information

Published

Date of dispatch of this notice: 20/09/2022

Expire date: 28/10/2022

External Reference: 2022-265118

TED Reference: 2022/S 184-518258

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Defence Forces
N/A
Defence Force Headquarters, station road
Newbridge
Kildare
IE
Contact person: Brian Coughlan
NUTS code:  IE0 -  IRELAND
Internet address(es):
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=223809&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Defence Forces has a requirement for the installation of an EV charging network and associated open protocol management services in various Military Barracks
Reference number:  DE EV 2022
II.1.2)

Main CPV code

34144900  -  Electric vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Defence Forces has a requirement for the installation of an EV charging network and associated open protocol management services in various Military Barracks.
All enabling works will be completed prior to installation of EV chargers by another contractor.
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31681400  -  Electrical components
34900000  -  Miscellaneous transport equipment and spare parts
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

In summary, the Goods comprise:
1. As the uptake of electric vehicles (EV) in Ireland and across Europe increases significantly, the demand for Electric Vehicle (EV) charging services is also intensifying.
2. In this regard the Defence Forces has a requirement for the installation of an EV charging network and associated open protocol management services in various Military Barracks. Details and extent are provided in the attached tender documents.
3. There will be a requirement to install ev chargers in the following locations:
a. nine (9) Double 22KW AC charging points with an additional one (1) 50 Kw DC FAST charging facility in Casement Aerodrome, Baldonnel, Co Dublin.
b. ten (10) Double 22KW AC charging points with an additional one (1) 50 KW DC FAST charging facility in Collins Bks, Cork.
c. nine (9) Double 22KW AC, (2) Single 22 KW AC charging points with an additional one (1) 100KW DC FAST charging facility in Curragh Camp, Co Kildare.
d. ten (10) Double 22KW AC charging points with an additional two (2)100KW DC FAST charging facility in Haulbowline, Co Cork.
e. nine (9) Double 22KW AC, (2) Single 22 KW AC charging points with an additional one (1) 50 KW DC FAST charging facility in Custume Bks, Athlone.
4. All enabling works will be completed prior to installation of EV chargers by another contractor.
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: 250000.00  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: yes
Description of options:
Tendering companies may submit multiple options within their submission
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  As per RFT document
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As per RFT document
Minimum level(s) of standards possibly required:  
As per RFT document
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As per RFT document
Minimum level(s) of standards possibly required:  
As per RFT document
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per RFT document

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/10/2022
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  28/10/2022
Local time:  12:00

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
Dublin
IE