Its old news now,but for the benefit of those who think we should get Chinooks,Havocs or R22s, Here is the Actual tender.
Competition for the supply of Light Utility and Utility Military Helicopters
REQUEST FOR TENDERS
FOR THE PROVISION TO THE DEPARTMENT OF DEFENCE OF:-
TWO (2) TWIN ENGINE LIGHT UTILITY MILITARY HELICOPTERS
and
FOUR (4) TWIN ENGINE UTILITY MILITARY HELICOPTERS
(with an option for Two (2) additional Utility Military Helicopters)
Reference: CON/117/2004
ISSUED BY
THE DEPARTMENT OF DEFENCE, IRELAND
26 MAY 2004
CONTENTS
page(s)
NB: The term “must” in this document means that the requirement is essential. The term “should” in this document means that the requirement is desirable.
COMPETITION FOR THE SUPPLY OF TWIN-ENGINE
LIGHT UTILITY AND UTILITY MILITARY HELICOPTERS
REQUEST FOR TENDERS
INTRODUCTION
1. The following is a Request for Tenders (RFT) for the supply of Two (2) new twin-engine, IFR certified, light utility military helicopters and Four (4) new twin-engine, IFR certified, utility military helicopters (with an option for two (2) additional utility military helicopters) to the Department of Defence, Ireland. The helicopters should be available for operational service at the earliest possible date.
An option for the supply of interim helicopter(s) by the successful tenderer(s) will also be considered pending the delivery of the selected helicopter(s). The interim helicopter(s) should be the same type as that offered in the tender competition.
2. Tenders (one original and three copies) for the supply of the helicopter(s) clearly marked “Request for Tenders for the supply of twin-engine light utility and utility military helicopters” and addressed in a sealed envelope to:
Contracts Manager,
Ref. No. Con/117/2004
Department of Defence,
Contracts Branch,
Colaiste Caoimhin,
Mobhi Road,
Glasnevin,
Dublin 9,
Ireland.
must be delivered to the above address not later than
12 Noon (local time) on Friday 23rd July 2004
3. Tenders received after the above closing time and date will not be considered. Tenderers, hand-delivering tenders, which will only be accepted at the above address, should obtain a receipt detailing the time and date of delivery.
4. Before a contract will be awarded, a tenderer must provide:-
a. If an Irish Resident - a valid Tax Clearance Certificate from the Revenue Commissioners.
b. If a non Irish Resident - a statement from the Irish Revenue Commissioners that he/she has satisfied them as to his/her suitability on tax grounds to be awarded the contract.
THE COMPETITION
5. The tender competition for the supply of the new helicopters consists of a single stage, in the form of a written tender submission. Tenderers may tender for both types of helicopter or for either the Light Utility Helicopter or the Utility Helicopter. Tenderers may join together to submit a tender for a total package (see Section 14 on Legal Form/Status). Tenderers should note that no prototypes or second user aircraft will be accepted in this competition. The proposed helicopter(s) must be in full production.
6. All prices quoted in tender documentation submitted in relation to this tender competition must be expressed in Euro. Tenders containing prices expressed in other currencies will not be considered.
7. In their tender responses, tenderers must clearly demonstrate their financial, technical and organisational capacity to fulfil all the requirements of this tender competition.
EVALUATION OF TENDERS AND AWARD CRITERIA
8. As part of the evaluation procedure, tenderers may be required to attend meetings and / or make presentations. The Evaluation Team may, at its absolute discretion, short-list the tenders received on the basis of the viability of the tender proposals received. All tenderers or only short- listed tenderers may be invited to attend for interview / presentation.
9. Award Criteria
The contract will be awarded on the basis of the most economically advantageous tender applying the following award criteria, which are listed in order of priority:
a. Functional characteristics, operational suitability and technical merit of the helicopter(s)
b. Maintenance, technical support and after sales service
c. Tender prices
d. Life Cycle Costs over 20 years
e. Training packages offered
f. Warranties offered
g. Delivery period
10. Conditions
The Minister for Defence reserves the following rights in respect of the tender competition:
a. Not to award any contract.
b. To award a contract, even if only one tender is received.
c. To award a contract for any part of any tender received, provided a separate price is tendered for that part, and that the tenderer has not stipulated that the relevant part cannot be contracted without one or more other parts.
d. To alter the specification(s) before the award of contract, subject to appropriate adjustment of the applicable terms.
e. To update or alter any information contained in this document at any time. In the event that any additions or amendments to this document be deemed necessary prior to the closing date for the receipt of tenders, these will be issued to applicants in the form of supplementary documents and will form part of the RFT.
Tenderers to whom any of the circumstances listed in paragraph 1 of Article 20 of EU Council Directive 93/36/EEC (co-ordinating procedures for the award of public supply contracts) apply will be excluded from this competition (See Annex G).
11. Tenderers shall not be entitled to any compensation whatsoever in respect of costs incurred in preparing a tender, or in facilitating the evaluation of such tenders, in this tender competition.
12. Prompt Payment of Accounts Act, 1997
The provisions of the Prompt Payment of Accounts Act, 1997 shall apply in respect of this tender competition. The successful contractor (and /or agent, where appropriate), will be required to comply with the payment provisions of the Act where the contractor subcontracts or obtains goods or services from a supplier in respect of this tender.
13. Information:
Information supplied by tenderers will be treated as contractually binding. However, the Department reserves the right to seek clarification or verification of any such information. Any clarifications / verifications supplied will also be deemed to be contractually binding.
14. Legal Form/ Status:
The successful tenderer is not required to adopt any particular form. However, in the event of a consortium or group bid or where some of the services contemplated in respect of the tender are delivered by subcontractors, one member of the consortium or group must assume the responsibility of prime contractor and will be responsible for the delivery of all services, including services to be delivered by other consortium or group members or subcontractors and must assume all contractual and legal responsibilities in this regard.
Any contract arising from this tender competition will be governed by the laws of Ireland and subject to the exclusive jurisdiction of the Irish Courts. Any conflict of interpretation arising from differences between the wording used in this RFT and in any tender accepted will be resolved by giving priority to this RFT and then to any conditions imposed by the Department in writing when accepting the tender.
15. Conflict of Interest:
Any conflicts of interest involving a contractor (or contractors in the event of a consortium bid) must be fully disclosed to the Department. Any registerable interest involving the contractor(s) or any subcontractors and the Minister for Defence, members of the Government, members of the Oireachtas or employees of the Department of Defence or members of the Defence Forces or their relatives must be fully disclosed in the response to the RFT. In the event of such information only coming to their notice after the submission of a bid and prior to the award of the contract, it must be communicated to the Department immediately upon it becoming known to the tenderer. The term “registerable interest” and “relative” shall be interpreted as per Section 2 of the Ethics in Public Office Act, 1995.
16. Freedom of Information:
The Department of Defence undertakes to use its best endeavours to hold confidential any information provided by you in this tender subject to the Department’s obligations under law, including the Freedom of Information Act 1997 and the Freedom of Information Amendment Act 2003. Should you wish that any of the information supplied by you in this tender not be disclosed because of its sensitivity, you should, when providing the information, identify same and specify the reasons for its sensitivity. The Department will consult with you about this sensitive information before making a decision on any Freedom of Information request received. However, the Department can give no guarantee on the final outcome of any FOI request in any instance. If you consider that none of the information supplied by you is sensitive, please make a statement to that effect. Such information may be released in response to a Freedom of Information request.
Competition for the supply of Light Utility and Utility Military Helicopters
REQUEST FOR TENDERS
FOR THE PROVISION TO THE DEPARTMENT OF DEFENCE OF:-
TWO (2) TWIN ENGINE LIGHT UTILITY MILITARY HELICOPTERS
and
FOUR (4) TWIN ENGINE UTILITY MILITARY HELICOPTERS
(with an option for Two (2) additional Utility Military Helicopters)
Reference: CON/117/2004
ISSUED BY
THE DEPARTMENT OF DEFENCE, IRELAND
26 MAY 2004
CONTENTS
page(s)
NB: The term “must” in this document means that the requirement is essential. The term “should” in this document means that the requirement is desirable.
COMPETITION FOR THE SUPPLY OF TWIN-ENGINE
LIGHT UTILITY AND UTILITY MILITARY HELICOPTERS
REQUEST FOR TENDERS
INTRODUCTION
1. The following is a Request for Tenders (RFT) for the supply of Two (2) new twin-engine, IFR certified, light utility military helicopters and Four (4) new twin-engine, IFR certified, utility military helicopters (with an option for two (2) additional utility military helicopters) to the Department of Defence, Ireland. The helicopters should be available for operational service at the earliest possible date.
An option for the supply of interim helicopter(s) by the successful tenderer(s) will also be considered pending the delivery of the selected helicopter(s). The interim helicopter(s) should be the same type as that offered in the tender competition.
2. Tenders (one original and three copies) for the supply of the helicopter(s) clearly marked “Request for Tenders for the supply of twin-engine light utility and utility military helicopters” and addressed in a sealed envelope to:
Contracts Manager,
Ref. No. Con/117/2004
Department of Defence,
Contracts Branch,
Colaiste Caoimhin,
Mobhi Road,
Glasnevin,
Dublin 9,
Ireland.
must be delivered to the above address not later than
12 Noon (local time) on Friday 23rd July 2004
3. Tenders received after the above closing time and date will not be considered. Tenderers, hand-delivering tenders, which will only be accepted at the above address, should obtain a receipt detailing the time and date of delivery.
4. Before a contract will be awarded, a tenderer must provide:-
a. If an Irish Resident - a valid Tax Clearance Certificate from the Revenue Commissioners.
b. If a non Irish Resident - a statement from the Irish Revenue Commissioners that he/she has satisfied them as to his/her suitability on tax grounds to be awarded the contract.
THE COMPETITION
5. The tender competition for the supply of the new helicopters consists of a single stage, in the form of a written tender submission. Tenderers may tender for both types of helicopter or for either the Light Utility Helicopter or the Utility Helicopter. Tenderers may join together to submit a tender for a total package (see Section 14 on Legal Form/Status). Tenderers should note that no prototypes or second user aircraft will be accepted in this competition. The proposed helicopter(s) must be in full production.
6. All prices quoted in tender documentation submitted in relation to this tender competition must be expressed in Euro. Tenders containing prices expressed in other currencies will not be considered.
7. In their tender responses, tenderers must clearly demonstrate their financial, technical and organisational capacity to fulfil all the requirements of this tender competition.
EVALUATION OF TENDERS AND AWARD CRITERIA
8. As part of the evaluation procedure, tenderers may be required to attend meetings and / or make presentations. The Evaluation Team may, at its absolute discretion, short-list the tenders received on the basis of the viability of the tender proposals received. All tenderers or only short- listed tenderers may be invited to attend for interview / presentation.
9. Award Criteria
The contract will be awarded on the basis of the most economically advantageous tender applying the following award criteria, which are listed in order of priority:
a. Functional characteristics, operational suitability and technical merit of the helicopter(s)
b. Maintenance, technical support and after sales service
c. Tender prices
d. Life Cycle Costs over 20 years
e. Training packages offered
f. Warranties offered
g. Delivery period
10. Conditions
The Minister for Defence reserves the following rights in respect of the tender competition:
a. Not to award any contract.
b. To award a contract, even if only one tender is received.
c. To award a contract for any part of any tender received, provided a separate price is tendered for that part, and that the tenderer has not stipulated that the relevant part cannot be contracted without one or more other parts.
d. To alter the specification(s) before the award of contract, subject to appropriate adjustment of the applicable terms.
e. To update or alter any information contained in this document at any time. In the event that any additions or amendments to this document be deemed necessary prior to the closing date for the receipt of tenders, these will be issued to applicants in the form of supplementary documents and will form part of the RFT.
Tenderers to whom any of the circumstances listed in paragraph 1 of Article 20 of EU Council Directive 93/36/EEC (co-ordinating procedures for the award of public supply contracts) apply will be excluded from this competition (See Annex G).
11. Tenderers shall not be entitled to any compensation whatsoever in respect of costs incurred in preparing a tender, or in facilitating the evaluation of such tenders, in this tender competition.
12. Prompt Payment of Accounts Act, 1997
The provisions of the Prompt Payment of Accounts Act, 1997 shall apply in respect of this tender competition. The successful contractor (and /or agent, where appropriate), will be required to comply with the payment provisions of the Act where the contractor subcontracts or obtains goods or services from a supplier in respect of this tender.
13. Information:
Information supplied by tenderers will be treated as contractually binding. However, the Department reserves the right to seek clarification or verification of any such information. Any clarifications / verifications supplied will also be deemed to be contractually binding.
14. Legal Form/ Status:
The successful tenderer is not required to adopt any particular form. However, in the event of a consortium or group bid or where some of the services contemplated in respect of the tender are delivered by subcontractors, one member of the consortium or group must assume the responsibility of prime contractor and will be responsible for the delivery of all services, including services to be delivered by other consortium or group members or subcontractors and must assume all contractual and legal responsibilities in this regard.
Any contract arising from this tender competition will be governed by the laws of Ireland and subject to the exclusive jurisdiction of the Irish Courts. Any conflict of interpretation arising from differences between the wording used in this RFT and in any tender accepted will be resolved by giving priority to this RFT and then to any conditions imposed by the Department in writing when accepting the tender.
15. Conflict of Interest:
Any conflicts of interest involving a contractor (or contractors in the event of a consortium bid) must be fully disclosed to the Department. Any registerable interest involving the contractor(s) or any subcontractors and the Minister for Defence, members of the Government, members of the Oireachtas or employees of the Department of Defence or members of the Defence Forces or their relatives must be fully disclosed in the response to the RFT. In the event of such information only coming to their notice after the submission of a bid and prior to the award of the contract, it must be communicated to the Department immediately upon it becoming known to the tenderer. The term “registerable interest” and “relative” shall be interpreted as per Section 2 of the Ethics in Public Office Act, 1995.
16. Freedom of Information:
The Department of Defence undertakes to use its best endeavours to hold confidential any information provided by you in this tender subject to the Department’s obligations under law, including the Freedom of Information Act 1997 and the Freedom of Information Amendment Act 2003. Should you wish that any of the information supplied by you in this tender not be disclosed because of its sensitivity, you should, when providing the information, identify same and specify the reasons for its sensitivity. The Department will consult with you about this sensitive information before making a decision on any Freedom of Information request received. However, the Department can give no guarantee on the final outcome of any FOI request in any instance. If you consider that none of the information supplied by you is sensitive, please make a statement to that effect. Such information may be released in response to a Freedom of Information request.
Comment