Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 16/05/2023

Expire date: 28/06/2023

External Reference: 2023-220277

TED Reference: 2023/S 096-297574

Contract notice for contracts in the field of defence and security

Cached Version

Contract notice

Defence and security

Directive 2009/81/EC

Services

Section I: Contracting authority/entity

I.1)

Name, addresses and contact point(s)

Department of Justice
N/A
51 St. Stephen's Green
D02 HK52  Dublin 2
IE
Contact point(s): Office of Government Procurement (OGP)
For the attention of: Emily Egan
Telephone: +353 17738199
E-mail: emily.egan@ogp.gov.ie
Internet address(es):
General address of the contracting authority/entity: http://www.justice.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/351
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=242043&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=242043&B=ETENDERS_SIMPLE
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:

SSB051C Competition for the provision of Automated Border Control (ABC) eGates, Associated Services and Related Options for the Minister for Justice

II.1.2)

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

Services
    Category No 26:  Other services
    Main site or location of works, place of delivery or of performance:

    Dublin Airport and potentially other airports, seaports and ports of entry in the State

    NUTS code
    IRELAND
    II.1.5)

    Short description of the contract or purchase(s)

    The Minister for Justice (“the Contracting Authority”), represented by the Border Management Unit (BMU), Immigration Service Delivery (ISD), Department of Justice, invites requests to participate (“Responses”) to this Pre-Qualification Questionnaire (“PQQ”) from economic operators (“Candidates”) for the provision of services described in Appendix 1 of this PQQ (the “Services”).

    Please note that the Office of Government Procurement (OGP), on behalf of the Contracting Authority, will be the contact office for all communications in relation to this public procurement competition.

    This public procurement competition (“Competition”) is being conducted in accordance with the restricted procedure under the European Union (Award of Contracts relating to Defence and Security) Regulations 2012 (Statutory Instrument 62 of 2012) (the “Regulations”).

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    63731000   Airport operation services
    Supplementary vocabulary
    34960000   Airport equipment
    35120000   Surveillance and security systems and devices
    35121000   Security equipment
    35123500   Video identification systems
    35125100   Sensors
    35125110   Biometric sensors
    35125300   Security cameras
    48000000   Software package and information systems
    48218000   License management software package
    50324100   System maintenance services
    50610000   Repair and maintenance services of security equipment
    51000000   Installation services (except software)
    63730000   Support services for air transport
    72250000   System and support services
    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:  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:

    In summary, the Services will comprise of (but are not limited to) the provision of Automated Border Control (ABC) eGates, Associated Services and Related Options at Dublin Airport and potentially other airports, seaports and ports of entry to the state.

    Estimated cost excluding VAT: 5500000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Any contract that may result from this Competition (the “Services Contract”) will be issued for a term of seven (7) years (“the Term”).

    The Contracting Authority reserves the right to extend the Term for a period or periods of up to one (1) year with a maximum of three (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.

    Provisional timetable for recourse to these options:
    in months: 84 (from the award of the contract)
    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:

    List and brief description of conditions: Please see RFT ID No. 240634

    III.1.2)

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

    List and brief description of conditions: Please see RFT ID No. 240634

    III.1.3)

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

    List and brief description of conditions: Please see RFT ID No. 240634

    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

    List and brief description of conditions: Please see RFT ID No. 240634

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

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

    List and brief description of conditions: Please see RFT ID No. 240634

    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:

    List and brief description of conditions: Please see RFT ID No. 240634

    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:

    Economic and Financial Standing as stated in the PQQ Documents.

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

    Economic and Financial Standing as stated in the PQQ Documents.

    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:

    Economic and Financial Standing as stated in the PQQ Documents.

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

    Economic and Financial Standing as stated in the PQQ Documents.

    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:

    Technical and/or professional capacity as stated in the PQQ Documents.

    Minimum level(s) of standards possibly required:

    Technical and/or professional capacity as stated in the PQQ Documents.

    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:

    Technical and/or professional capacity as stated in the PQQ Documents.

    Minimum level(s) of standards possibly required:

    Technical and/or professional capacity as stated in the PQQ Documents.

    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 minimum number  1  and  maximum number  5
    Objective criteria for choosing the limited number of candidates: 

    Please see PQQ document RFT 240634

    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

    PROJ000008461

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    21.06.2023 - 13:00
    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: yes
    Estimated timing for further notices to be published:

    The Department of Justice best estimated timing for this is 2034. It is not possible to be definitive in this regards to this timeline.

    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 Courts, Inns Quay,
    The Four Courts
    D07 N972  Dublin 7
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    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