Contract notice - utilities

Information

Published

Date of dispatch of this notice: 03/04/2017

Expire date: 08/05/2017

External Reference: 2017-240655

TED Reference: 2017/S 067-126941

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dún Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798300
Fax: +353 01-8798333
NUTS code:  IE021 -  Dublin
Internet address(es):
I.3)

Communication

The 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=110780&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Supplier Framework Agreement for the Supply of Midi Buses
II.1.2)

Main CPV code

34114400  -  Minibuses
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of midi buses, being short single deck bus vehicles.
While the NTA intends to acquire midi buses from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles to the operators of subvented public transport services, known as Public Service Obligation services, to operate in the performance of those services. Those operators include Bus Átha Cliath (Dublin Bus), Bus Eireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of bus vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34121000  -  Buses and coaches
34121100  -  Public-service buses
34121400  -  Low-floor buses
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The National Transport Authority (NTA) is seeking to enter into a single supplier framework agreement for the supply of midi buses, being short single deck bus vehicles.
While the NTA intends to acquire midi buses from the successful tenderer who is awarded the Framework Agreement, it intends to provide those vehicles to the operators of subvented public transport services, known as Public Service Obligation services, to operate in the performance of those services. Those operators include Bus Átha Cliath (Dublin Bus), Bus Eireann and the successful tenderer (or tenderers) in a number of on-going tender competitions for the operation of certain PSO Services. As part of the provision of bus vehicles to the Contracting Authority, the Supplier will be required to enter into collateral agreements with the nominated operator in relation to vehicle warranties and other matters.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:  
Option to extend framework agreement by up to an additional 30 months.
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the Information Memorandum.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 registers

List and brief description of conditions:  As will be set out in the tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the procurement documents.
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As will be set out in the Information Memorandum.
III.1.6)

Deposits and guarantees required

As will be set out in the Information Memorandum.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As will be set out in the Information Memorandum.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Requests to participate may be submitted by single entities or by groups of service providers. In the case of a group or consortium, the contracting authority proposes to enter into the Contract with the lead member of the consortium who will be liable for the performance of the Contract. The contracting authority also reserves the right to contract with each member of the group on the basis of joint and several liability, as a main contractor with a number of subcontractors, or in any other form which the contracting authority considers appropriate. See further Information Memorandum.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As will be set out in the tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/05/2017
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
Refer to Information Memorandum for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).
VI.5)

Date of dispatch of this notice

04/04/2017