Contract notice

Information

Published

Date of dispatch of this notice: 18/12/2020

Expire date: 12/02/2021

External Reference: 2020-291685

TED Reference: 2020/S 250-623643

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court, Adelaide Road
Dublin 2
D02 WT20
IE
Contact person: Gerard Deenihan
Telephone: +353 18798300
Fax: +353 18798333
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=180289&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Pre-Qualification for the Competition for Appointment to a Single Supplier Framework Agreement for the Purchase of Double-Deck Electric Buses
II.1.2)

Main CPV code

34121300  -  Double-decker buses
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 buses may be purchased under this framework agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the framework agreement.
The buses to be provided under the Framework Agreement are intended to:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300kWh, with the batteries being capable of being recharged, at a minimum, from a 150kW power supply via a CCS 2.0 compatible charging gun.
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
34144910  -  Electric buses
II.2.4)

Description of the procurement

The Contracting Authority is seeking to enter into a single supplier framework agreement for the supply of double-deck electric buses. It is envisaged that up to 800 buses may be purchased under this framework agreement. However, the Contracting Authority reserves the right to purchase a lower or higher amount of buses or not to place any purchase orders under the framework agreement.
The buses to be provided under the Framework Agreement are intended to:
• be double-deck battery-electric vehicles that meet the relevant definition of a ‘zero emission vehicle’ under the European Union’s (EU’s) revised ‘Clean Vehicles Directive’ 2019/1161/EU;
• be equipped with a minimum usable battery capacity (i.e. usable energy) of 300kWh, with the batteries being capable of being recharged, at a minimum, from a 150kW power supply via a CCS 2.0 compatible charging gun;
• feature a minimum of 41 seats on the upper deck, a minimum of 19 seats (not including tip-up seats) on the lower deck and an overall capacity (including standees) of 75 passengers or greater, subject to the vehicle length not exceeding 11.50 metres;
• be equipped with a chassis incorporating a low-floor section within which the following are located:
 a wide front passenger doorway fitted with twin-leaf doors and capable of being fitted with a wide powered ramp suitable for unaided wheelchair access;
 a permanent wheelchair space, which can be easily accessed from the front passenger doorway ramp;
 a dedicated area for the accommodation of at least one unfolded pram or pushchair or buggy, which can be easily accessed from the front passenger doorway ramp; and
 a wide centre passenger doorway fitted with a twin-leaf door and capable of being fitted with a wide manual ramp suitable for unaided wheelchair access;
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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:  
At the discretion of the Authority the agreement may be extend for an additional 30 months.
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 Information Memorandum.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As will be set out in the Information Memorandum.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/02/2021
Local time:  12:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  12/02/2021
Local time:  12:00

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
D7
HU
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).