Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of IMBAS to Irish DoD
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Co Kildare
NUTS code IE Éire / Ireland
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The Irish Department of Defence is preparing a tender for the purchase of the torso protective component of the proposed Soldier’s Individual Modular Body Armour System (IMBAS). The body armour shall be a vest type system with a padded waist belt. The system shall also carry the soldier’s primary operational order equipment. It shall also be capable of carrying prescribed mission essential equipment for military deployments ranging from static guard duties to conventional military operations.
II.1.6)Common procurement vocabulary (CPV)35815100 Bullet-proof vests, 35000000 Security, fire-fighting, police and defence equipment, 35113400 Protective and safety clothing, 35815000 Garments for anti-ballistic protection
II.1.7)Information about subcontractingThe tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
for the supply of 6,000 units over 3 years with the option of a further 2,100 units
Estimated value excluding VAT: 19500000 EUR
II.2.2)Information about optionsOptions: yes
Description of these options: for the purchase of 2,100 as outlined above
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 048 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Supply of IMBAS to Irish DoD1)Short description
Department of Defence, IRELAND, is considering the acquisition of a Soldier’s Individual Modular Body Armour System (IMBAS). The IMBAS shall be a vest type system with a padded waist belt. The system shall also be capable of carrying prescribed mission essential equipment for military deployments ranging from static guard duties to conventional military operations.
2)Common procurement vocabulary (CPV)35815100 Bullet-proof vests, 35000000 Security, fire-fighting, police and defence equipment, 35113400 Protective and safety clothing, 35815000 Garments for anti-ballistic protection
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Spare armoured inserts and other associated consumables1)Short description
For spare parts and maintenance of the IMBAS system supplied.
2)Common procurement vocabulary (CPV)35815100 Bullet-proof vests, 35000000 Security, fire-fighting, police and defence equipment, 35113400 Protective and safety clothing, 35815000 Garments for anti-ballistic protection
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.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situationCriteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please see Appendix 3.
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: Please see Appendix 1.
III.2.2)Economic and financial abilityCriteria 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: Please see Appendix 1.
Minimum level(s) of standards possibly required: Please see Appendix 1.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: Please see Appendix 1.
Minimum level(s) of standards possibly required: Please see Appendix 1.
III.2.3)Technical and/or professional capacityCriteria 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:
Please see Appendix 1.
Minimum level(s) of standards possibly required
Please see Appendix 1.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Please see Appendix 1.
Minimum level(s) of standards possibly required
Please see Appendix 1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedurecompetitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators 5
Objective criteria for choosing the limited number of candidates: Will be stated in Stage 2 of this Tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
183484
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate11.10.2021 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: The High Court
National registration number: High Court
Postal address: The Four Courts Inns Quay
Town: Dublin 7
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.9.2021