Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 11/01/2019

Expire date: 15/02/2019

External Reference: 2019-283531

TED Reference: 2019/S 010-020351

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)

Defence Forces Ireland
N/A
McKee Barracks
Blackhorse Ave.  Dublin 7.
IE
For the attention of: Shane Conlon
Telephone: +353 018046064
E-mail: shane.conlon@defenceforces.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:

RFP Supply of 3/4 Ton 4x4 Vehicles

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:

    Dublin 7.

    NUTS code
    IRELAND
    II.1.5)

    Short description of the contract or purchase(s)

    The following is a Request for Proposals (RFP) for supply ¾ Ton 4x4 vehicles (for Military use) to the Irish Defence Forces. It is anticipated that approximately two hundred and eighty (280) vehicles will be procured over a four (4) year period. All vehicles will be Fitted For Radio (FFR). One hundred (100) vehicles will be equipped with a modular removable racking system. Twenty Five (25) of the Vehicles will be Left Hand Drive, the remaining Two Hundred and Fifty-five (255) Vehicles will be Right Hand drive.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    34100000   Motor vehicles
    Supplementary vocabulary
    34113000   4-wheel-drive vehicles
    34113200   All-terrain vehicles
    34113300   Off-road vehicles
    35400000   Military vehicles and associated parts
    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
    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:

    Refer to RFP

    Estimated cost excluding VAT: 20000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

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

    Duration of the contract or time limit for completion

    Starting  30. 06. 2019  Completion  01. 07. 2023

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Refer to RFP

    III.1.2)

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

    Refer to RFP

    III.1.3)

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

    Refer to RFP

    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

    Refer to RFP

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

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

    Refer to RFP

    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:

    Refer to RFP

    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:

    Refer to RFP

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

    Refer to RFP

    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:

    Refer to RFP

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

    Refer to RFP

    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:

    Refer to RFP

    Minimum level(s) of standards possibly required:

    Refer to RFP

    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:

    Refer to RFP

    Minimum level(s) of standards possibly required:

    Refer to RFP

    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 
    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

    TP 01/2019

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.02.2019 - 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.5)

    Date of dispatch of this notice:

    14.1.2019