Back to tenders & grants page
Ireland-Kildare: Bullet-proof vests Defence & Security Ireland-Kildare: Bullet-proof vests
Receive Tenders like this by email

Ireland-Kildare: Bullet-proof vests

Ireland-Kildare: Bullet-proof vests has been closed on 10 Nov 2021. It no longer accepts any bids. For further information, you can contact the Department of Defence (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Department of Defence (N/A)

Industry:

Defence & Security

Status:

Closed

Timeline

Published:

15 Sep 2021

Deadline:

10 Nov 2021

Value:

19500000

Contacts

Phone:

+353 45492364

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:467259-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Official name: Department of Defence
National registration number: N/A
Postal address: Station Road
Town: Co Kildare
Postal code: Newbridge
Country: Ireland
For the attention of: Contracts Branch
E-mail: [email protected]
Telephone: +353 45492364

Internet address(es):

Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/292

Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=197344&B=ETENDERS_SIMPLE

Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=197344&B=ETENDERS_SIMPLE

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 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 performance
Supplies
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 subcontracting
The 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)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:
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 options
Options: yes
Description of these options: for the purchase of 2,100 as outlined above
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 048 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Supply of IMBAS to Irish DoD
1)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

3)Quantity or scope
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 consumables
1)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

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.1.1)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 situation

Criteria 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 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: 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 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:
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 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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged 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 dialogue
Recourse 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 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 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 contract
no
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 participate
11.10.2021 - 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 up
English.

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.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official 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

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more