Contract notice

Information

Published

Date of dispatch of this notice: 23/09/2022

Expire date: 28/10/2022

External Reference: 2022-227871

TED Reference: 2022/S 187-528724

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
Telephone: +353 018046722
NUTS code:  IE -  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=224042&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

SUPPLY AND FITTING OF UPGRADED CAMERA SYSTEM FOR THE MINEWOLF MW240 FOR THE CORPS OF ENGINEERS, IRISH DEFENCE FORCES
Reference number:  DEK 305/22
II.1.2)

Main CPV code

38651600  -  Digital cameras
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Defence Forces Corps of Engineers currently operate four (4) MW 240 mine flails, delivered in 2011 and 2012. Two (2) of these units are deployed in Ireland, with the other two (2) deployed in the Middle East on United Nations peacekeeping missions in Syria and Lebanon. Each of the mine flails has a series of attachments, including tillers, flails and robotic arms which can be used to investigate areas of terrain. The mine flails are used to clear areas of ground which may be contaminated with mines, UXO’s and ERW and to provide the Engineer Specialist Search and Clearance (ESSC) Teams with high quality imagery prior to committing personnel to a high-risk environment.
II.1.5)

Estimated total value

Value excluding VAT: 450000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31700000  -  Electronic, electromechanical and electrotechnical supplies
31710000  -  Electronic equipment
31712110  -  Electronic integrated circuits and microassemblies
32510000  -  Wireless telecommunications system
35125300  -  Security cameras
35422000  -  Electronic and electrical spare parts for military vehicles
35700000  -  Military electronic systems
38651000  -  Cameras
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Irish Defence Forces Corps of Engineers currently operate four (4) MW 240 mine flails, delivered in 2011 and 2012. Two (2) of these units are deployed in Ireland, with the other two (2) deployed in the Middle East on United Nations peacekeeping missions in Syria and Lebanon. Each of the mine flails has a series of attachments, including tillers, flails and robotic arms which can be used to investigate areas of terrain. The mine flails are used to clear areas of ground which may be contaminated with mines, UXO’s and ERW and to provide the Engineer Specialist Search and Clearance (ESSC) Teams with high quality imagery prior to committing personnel to a high-risk environment.
The current camera system is now more than ten (10) years old and there is a requirement to upgrade the capability of the cameras and the communication system at this time. This upgrade will ensure that the MW 240 system can continue to deliver accurate, timely and specific pictures and videos in real time to the operators, with capability for the operator to deploy the vehicle at range.
This specification covers the replacement of the existing camera system on four (4) MW 240 mine flails and all ancillary equipment and will include the shipping, supply, delivery to site, testing, commissioning, training and maintenance of the systems for a period of a minimum of 12 months after commissioning. The Supplier should therefore include the cost for the supply, delivery to site, fitting, testing, commissioning, training and maintenance for a guaranteed minimum period of one year. This covers acceptance by the Corps of Engineers, of the equipment described in detail throughout this specification.
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: 450000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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 for evaluation
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 documents
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 : 12  (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