Contract notice

Information

Published

Date of dispatch of this notice: 23/04/2019

Expire date: 05/06/2019

External Reference: 2019-255796

TED Reference: 2019/S 082-194596

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Defence Forces Ireland
N/A
McKee Barracks
Dublin 7.
Blackhorse Ave.
IE
Contact person: Peter Scully
Telephone: +353 18042882
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=146001&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

Body governed by public law
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Supply of front loading stainless steel token operated industrial washing macehines to the Defene Forces
Reference number:  BS/TEN-19-01
II.1.2)

Main CPV code

42716000  -  Laundry washing, dry-cleaning and drying machines
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority requires the supply, delivery and subsequent servicing of Industrial Washing Machines and Dryers to all Defence Forces Military Locations in Ireland. The units offered must be standalone units – tender submissions for combination washer/dryers will not be assessed.
II.1.5)

Estimated total value

Value excluding VAT: 700.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

51543400  -  Installation services of laundry washing, dry-cleaning and drying machines
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
II.2.4)

Description of the procurement

The Contracting Authority requires the supply, delivery and subsequent servicing of Industrial Washing Machines and Dryers to all Defence Forces Military Locations in Ireland. The units offered must be standalone units – tender submissions for combination washer/dryers will not be assessed.
1. Duration: The Framework agreement will be for an initial period of two (2) years with two (2) possible twelve (12) months extensions. The expected commencement will be July 2019. The total duration of the contract may not be longer than four (4) years.
All quotations must be in Euro (€) excluding VAT.
2. Price and quoting for all items
The price quoted in the tender form requests a fixed price for the duration of the contract. The inclusion of prices for alternative items, other than those specified in the pricing schedule at Appendix 2 or additional component parts included in the relevant section, will render the tender liable to rejection. Please see attached documents for Appendix 2.
3. Delivery Requirement
The contractor will be responsible for delivering to all Military Locations in Ireland. Military Barracks are currently located at the following locations.
• Defence Forces Training Centre: Curragh Camp, Co. Kildare; and Glen of Imaal, Co. Wicklow.
• 2 Brigade: Dublin Barracks; Dundalk; Gormanstown Camp, Co. Meath; St Bricins Hospital Dublin; Athlone; and Finner Camp, Co. Donegal.
• 1 Brigade: Cork City; Limerick; Kilkenny; Kilworth Camp, Co. Cork; and Galway.
• Air Corps: Baldonnel, Co. Dublin.
• Naval Service: Haulbowline, Co Cork.
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: 700.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
two by one year extentions subject to the terms conditions
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.5)

Information about reserved contracts

The execution of the contract is restricted to the framework of sheltered employment programmes
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  05/06/2019
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:  05/06/2019
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 of Ireland
High Court of Ireland FOUR COURTS DUBLIN 2 Dublin 2 IE
Dublin
IE