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

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Irish Defence Forces
N/A
Defence Force Headquarters, station road
Newbridge
Kildare
IE
[Contactpoint]: Brian Coughlan
[AddressPhone]: +353 018046722
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=224042&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeMinistry]
I.5)

[Mainactivity]

[MainactivDefence]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

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

[CpvMain]

38651600  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 450000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

31700000  - 
31710000  - 
31712110  - 
32510000  - 
35125300  - 
35422000  - 
35700000  - 
38651000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 450000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Tendering companies may submit multiple options for evaluation
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As per RFT documents
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
As per RFT document
[MinStandardsRequired]:  
As per RFT document
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
As per RFT document
[MinStandardsRequired]:  
As per RFT document
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As per RFT document

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  28/10/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  28/10/2022
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court
Dublin
IE