Provision of Defence Force Combat Clothing System (DFCCS) to the Irish Defence Forces.

This competition is being published by the Office of Government Procurement on behalf of the Irish Defence Forces for the Development and Manufacturing of a Defence Forces Combat Clothing System (DFCCS) Uniform System for the Irish Defence Forces. To be to be Supplied and Delivered to Irish Defence Force locations …

CPV: 18000000 Clothing, footwear, luggage articles and accessories, 18100000 Occupational clothing, special workwear and accessories, 18300000 Garments, 35811300 Military uniforms, 35812000 Combat uniforms, 35812100 Camouflage jackets, 35812200 Combat suits, 35812300 Combat gear
Place of execution:
Provision of Defence Force Combat Clothing System (DFCCS) to the Irish Defence Forces.
Awarding body:
Irish Defence Forces
Award number:
0

1. Buyer

1.1 Buyer

Official name : Irish Defence Forces
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Provision of Defence Force Combat Clothing System (DFCCS) to the Irish Defence Forces.
Description : This competition is being published by the Office of Government Procurement on behalf of the Irish Defence Forces for the Development and Manufacturing of a Defence Forces Combat Clothing System (DFCCS) Uniform System for the Irish Defence Forces. To be to be Supplied and Delivered to Irish Defence Force locations over the term of the contract.
Procedure identifier : bc698b7d-0030-43d0-999d-4821b8201ad4
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35811300 Military uniforms
Additional classification ( cpv ): 35812000 Combat uniforms
Additional classification ( cpv ): 35812100 Camouflage jackets
Additional classification ( cpv ): 35812200 Combat suits
Additional classification ( cpv ): 35812300 Combat gear
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18300000 Garments

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : Nationwide

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Defence Force Combat Clothing System (DFCCS) to the Irish Defence Forces.
Description : This competition is being published by the Office of Government Procurement on behalf of the Irish Defence Forces for the Development and Manufacturing of a Defence Forces Combat Clothing System (DFCCS) Uniform System for the Irish Defence Forces. To be to be Supplied and Delivered to Irish Defence Force locations over the term of the contract.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35811300 Military uniforms
Additional classification ( cpv ): 35812000 Combat uniforms
Additional classification ( cpv ): 35812100 Camouflage jackets
Additional classification ( cpv ): 35812200 Combat suits
Additional classification ( cpv ): 35812300 Combat gear
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18300000 Garments

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The contracting authority has decided pursuant to paragraph 2.1.2 of the Invitation to Tender to terminate the above competition as the outcome of the competition was the subject of litigation and there were questions about the compliance of both offers received, so the contracting authority considered that terminating the competition was the action which best served the public interest.

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Incorporation of Repair / Reuse / Recycle processes
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to Environmental and Circular Business Model for Sustainability (Marks Available 30)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Cost
Description : Overall Total Cost (Marks Available 250)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 250
Criterion :
Type : Quality
Description : Assessment of Tender Samples - Quality Design & Sizing Checks (Marks Available 52)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 52
Criterion :
Type : Quality
Description : Assessment of Tender Samples - Fit Checks (Marks Available 150)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 150
Criterion :
Type : Quality
Description : Assessment of Tender Samples - Physical Properties (Marks Available 48)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 48
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to the proposed Uniforms System (Marks Available 75)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 75
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to the Implementation of the Uniform System (Marks Available 75)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 75
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to Contract Management and Delivery of Goods (Marks Available 195)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 195
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to Continuity of Supply & Risk Management (Marks Available 35)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposals in relation to Supply Chain Mapping (Marks Available 30)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Qualitative Award Criteria - Tenderer’s proposal in relation to Future Product & Service Innovation (Marks Available 60)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60

5.1.12 Terms of procurement

Information about review deadlines : Review Complete

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Review Complete
Organisation providing offline access to the procurement documents : The Office of Government Procurement

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer following a tenderer's request to review the award

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

8.1 ORG-0004

Official name : Irish Defence Forces
Registration number : IE0000000DU
Department : McKee Barracks, Blackhorse Ave., Dublin 7
Town : Dublin
Postcode : D07 A065
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01-804 6000
Buyer profile : https://www.ogp.gov.ie
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 9b471338-d380-43d6-b7ec-04fea971bf79 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/06/2025 10:44 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00419389-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025