Contract notice

Information

Published

Date of dispatch of this notice: 11/01/2023

Expire date: 13/02/2023

External Reference: 2023-219684

TED Reference: 2023/S 011-026780

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Defence
N/A
Station Road
Co Kildare
Newbridge
IE
Contact person: Contracts Branch
Telephone: +353 45492364
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.defence.ie

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=231840&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

Ship Recycling Consultancy Services to support the recycling of decommissioned Naval Services vessels
Reference number:  CON 0090 2022
II.1.2)

Main CPV code

50243000  -  Demolition services of ships
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Services comprises the provision of Ship Recycling Consultancy Services to support the recycling of decommissioned Naval Service Vessels by safe and environmentally sound recycling methods via an EU approved ship-recycling facility in accordance with the EU’s Ship Recycling Regulation. While the EU’s Ship Recycling Regulation does not apply to warships, it is the intention of the Department to follow the Regulations in the re-cycling process.
The Contracting Authority estimates that the expenditure on the Services to be covered by the proposed [Services Contract]   may amount to some [€130,000] (excl. VAT) over the Term and any possible extensions. Tenderers must understand that this figure is an estimate only based on current and future expected usage.
II.1.5)

Estimated total value

Value excluding VAT: 130000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35500000  -  Warships and associated parts
35510000  -  Warships
71312000  -  Structural engineering consultancy services
71354500  -  Marine survey services
73112000  -  Marine research services
79411000  -  General management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Minister for Defence (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of Ship Recycling Consultancy Services to support the recycling of decommissioned Naval Service Vessels by safe and environmentally sound recycling methods via an EU approved ship-recycling facility in accordance with the EU’s Ship Recycling Regulation. While the EU’s Ship Recycling Regulation does not apply to warships, it is the intention of the Department to follow the Regulations in the re-cycling process.
This public procurement competition (the “Competition”) will be conducted in accordance with the open procedure under the European Union (Award of Public Authority Contracts) Regulations 2016 (Statutory Instrument 284 of 2016) (the “Regulations”). Any contract that may result from this Competition (the “Services Contract”) will be issued for a term of 12 months] (“the Term”).
The Contracting Authority estimates that the expenditure on the Services to be covered by the proposed [Services Contract]   may amount to some [€130,000] (excl. VAT) over the Term and any possible extensions. Tenderers must understand that this figure is an estimate only based on current and future expected usage
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: 130000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
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.2.13)

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
III.1.2)

Economic and financial standing

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

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per RFT

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:  13/02/2023
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  13/02/2023
Local time:  12:00
Place:  
On national eTenders platform
Information about authorised persons and opening procedure:  
Department of Defence personnel

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
The Four Courts, Inns Quay
Dublin 7
IE