Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2022

Expire date: 16/11/2022

External Reference: 2022-270329

TED Reference: 2022/S 195-552377

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Naval Service
N/A
Haulbowline
County Cork
Cobh
IE
Contact person: Jude O'Driscoll
Telephone: +353 0214864822
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.military.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=226064&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

High Performance Emergency Differential Warship Towing System
Reference number:  JN 966/2022
II.1.2)

Main CPV code

34930000  -  Marine equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Naval Service Seeks tenders from economic operators for the provision of six High performance Emergency Differential Warship Towing System as laid out in BRd 67 Admiralty Manual of Seamanship Edition 2018 Version 1 for use by the Irish Naval Service Fleet.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34500000  -  Ships and boats
34510000  -  Ships
34511100  -  Marine patrol vessels
34512000  -  Ships and similar vessels for the transport of persons or goods
34512200  -  Cruise ships
34512400  -  Cargo ships
34512800  -  Tanker ships
34513150  -  Factory ships
34514100  -  Drillships
34913600  -  Ship propellers
34931200  -  Passenger boarding bridges for ships
34931300  -  Passenger boarding stairs for ships
34931400  -  Ship bridge simulators
34994000  -  Lighting for ship guidance and illumination
35500000  -  Warships and associated parts
35510000  -  Warships
35511400  -  Amphibious crafts and ships
35513000  -  Mine warfare and auxiliary ships
35520000  -  Parts for warships
35521000  -  Hull and mechanical spare parts for warships
35521100  -  Engines and engine parts for warships
35522000  -  Electronic and electrical spare parts for warships
35622300  -  Anti-ship missiles
50241000  -  Repair and maintenance services of ships
50242000  -  Conversion services of ships
50243000  -  Demolition services of ships
50244000  -  Reconditioning services of ships or boats
50245000  -  Upgrading services of ships
50640000  -  Repair and maintenance services of warships
60630000  -  Cable-laying ship services
60640000  -  Shipping operations
60651300  -  Anti-pollution ship services
60651400  -  Heavy-lift ship services
60651500  -  Standby ship services
60651600  -  Offshore supply ship services
63726600  -  Ship-operating services
63726610  -  Ship-launching services
63727000  -  Towing and pushing services of ships
63727100  -  Towing services
73424000  -  Development of warships
73434000  -  Test and evaluation of warships
80640000  -  Training and simulation in warships
98100000  -  Membership organisation services
98130000  -  Miscellaneous membership organisations services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Irish Naval Service Seeks tenders from economic operators for the provision of six High performance Emergency Differential Warship Towing System as laid out in BRd 67 Admiralty Manual of Seamanship Edition 2018 Version 1 for use by the Irish Naval Service Fleet.
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
3 x 12 month
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.1.2)

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

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:  16/11/2022
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:  16/11/2022
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

The High Court
Dublin
IE