http://ted.europa.eu/udl?uri=TED:NOTICE:656958-2021:TEXT:EN:HTML&src=0&tabId=2
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Department of Transport
National registration number: N/A
Postal address: Leeson Lane
Town: Dublin 2
NUTS code: IE Éire / Ireland
Country: Ireland
Contact person: Kathleen Morrissey
E-mail: kathleenmorrissey@transport.gov.ie
Telephone: +353 16707444
Internet address(es):
Main address: http://www.gov.ie/transport
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/309
I.3)CommunicationThe 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=204264&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=204264&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Competition for the provision of Irish Coast Guard Aviation Service
II.1.2)Main CPV code60400000 Air transport services
II.1.3)Type of contractServices
II.1.4)Short description:
The Minister for Transport (“the Contracting Authority”) invites economic operators to request to participate in this public procurement competition (“Competition”) for the provision of Rotary and Fixed Wing services for the Irish Coast Guard (the “Services”) described in Appendix 1 of this pre-qualification questionnaire (“PQQ”). Economic operators may request to participate by submitting a response document (“Response”). The elements of the Services which define the minimum requirements are the provision of three (3) helicopters and a fixed wing aircraft on standby for Irish Coast Guard aviation tasking.
II.1.5)Estimated total valueValue excluding VAT: 800 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)60440000 Aerial and related services
60443000 Air-rescue services
60443100 Air-sea rescue services
60444000 Aircraft-operation services
60444100 Pilot services
60445000 Aircraft operating services
63700000 Support services for land, water and air transport
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:
The Minister for Transport (“the Contracting Authority”) invites economic operators to request to participate in this public procurement competition (“Competition”) for the provision of Rotary and Fixed Wing services for the Irish Coast Guard (the “Services”) described in Appendix 1 of this pre-qualification questionnaire (“PQQ”). Economic operators may request to participate by submitting a response document (“Response”). The elements of the Services which define the minimum requirements are the provision of three (3) helicopters and a fixed wing aircraft on standby for Irish Coast Guard aviation tasking.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for all or any number of the bases on the same terms and conditions for a period or periods up to an additional three (3) years, subject to the Contracting Authority’s obligations at law.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
Please refer to the PQQ document.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Please refer to the PQQ document.
Minimum level(s) of standards possibly required:
Please refer to the PQQ document.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Please refer to the PQQ document.
Minimum level(s) of standards possibly required:
Please refer to the PQQ document.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
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.2.1)Previous publication concerning this procedureNotice number in the OJ S: 2020/S 088-210331
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 26/01/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of Ireland
Town: Dublin
Country: Ireland
VI.5)Date of dispatch of this notice:17/12/2021