Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 09/03/2021

Expire date: 15/04/2021

External Reference: 2021-226936

TED Reference: 2021/S 050-127003

Contract notice for contracts in the field of defence and security

Cached Version

Contract notice

Defence and security

Directive 2009/81/EC

Supplies

Section I: Contracting authority/entity

I.1)

Name, addresses and contact point(s)

Department of Defence
N/A
Station Road
Newbridge  Co Kildare
IE
For the attention of: Contracts Branch
Telephone: +353 45492364
E-mail: contracts@defence.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:

Pre-Qualification Questionnaire seeking to establish Framework Agreement(s) for the supply of Pyrotechnics to the Irish Defence Forces

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:

    Co Kildare

    NUTS code
    IRELAND
    II.1.3)

    Information on framework agreement

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 20
    Duration of the framework agreement
    Duration in years: 7
    Justification for a framework agreement, the duration of which exceeds seven years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  4000000  and 4500000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Irish Defence Forces (DF) requires a continuous and guaranteed supply of various munitions to train personnel, validate operational standards, test equipment, and for deployment on operational and security duties both on-island and overseas. The Minister for Defence (the ‘Contracting Authority’) is seeking responses from economic operators (‘Candidates’) through this pre-qualification questionnaire (PQQ) with a view to establishing multi-lot framework agreement(s) to meet the requirements of the Irish Defence Forces for the supply of pyrotechnic natures.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    39225500   Pyrotechnics
    Supplementary vocabulary
    24613000   Signalling flares, rain rockets, fog signals and pyrotechnic articles
    39225000   Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
    II.1.7)

    Information about subcontracting

    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all lots
    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:

    Estimated cost excluding VAT
    Range: between  4000000  and 4500000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Pre-Qualification Questionnaire seeking to establish Framework Agreement(s) for the supply of Pyrotechnics to the Irish Defence Forces
    1)

    Short description:

    The Minister for Defence (the ‘Contracting Authority’) is seeking responses from economic operators (‘Candidates’) through this pre-qualification questionnaire (PQQ) with a view to establishing multi-lot framework agreement(s) to meet the requirements of the Irish Defence Forces for the supply of pyrotechnic natures.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    39225500   Pyrotechnics
    Supplementary vocabulary
    24613000   Signalling flares, rain rockets, fog signals and pyrotechnic articles
    39225000   Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    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

    As per published document(s)

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

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

    As per published document(s)

    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:

    As per published document(s)

    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:

    This is reserved for Phase 2 of this procurement process

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

    This is reserved for Phase 2 of this procurement process

    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:

    As per published document(s)

    Minimum level(s) of standards possibly required:

    As per published document(s)

    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

    Objective criteria for choosing the limited number of candidates: 

    As per published document(s)

    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

    CON/0001/2021

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.04.2021 - 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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    292
    The Four Courts, Inns Quay
    Dublin 1
    IE
    Internet address:
     

    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