Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/05/2021

Expire date: 08/06/2021

External Reference: 2021-266907

TED Reference: 2021/S 091-236860

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: Simon Lambert
Telephone: +353 17033412
NUTS code:  IE06 -  Eastern and Midland
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=188114&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.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Supply, Installation an Annual Maintenance of Electric Vehicle Chargers
Reference number:  BE/SU/05/05/2021
II.1.2)

Main CPV code

31158100  -  Battery chargers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Supply, Installation an Annual Maintenance of Electric Vehicle Chargers in Athlone.
II.1.5)

Estimated total value

Value excluding VAT: 1900000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31158000  -  Chargers
31158200  -  Supercharger
31681500  -  Rechargers
34144900  -  Electric vehicles
34144910  -  Electric buses
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
Main site or place of performance:  
Athlone
II.2.4)

Description of the procurement

Bus Éireann requires a turnkey solution for the supply and installation of electric vehicle charging infrastructure for optimal overnight charging of future electric buses, operating two town service routes in Athlone, Co. Westmeath.
The complete turnkey solution shall be compliant with all relevant Irish and European statutory regulations and international standards governing the installation and use of such equipment and will be based on a minimum 150kW IEC 61851 Mode 4 Direct Current charging protocol, using a Combined Charging System 2.0 (CCS 2.0) Combo 2 charging connection.
As the installation is an early deployment of Electric Vehicle bus chargers, a semi-permanent modular solution is preferable, allowing for future adaptation and expansion on site or at other locations.
The scope of works includes complete project management of the turnkey solution, the associated electrical and civil works required for the safe installation and commissioning of all related equipment, including (but not limited to) transformers, chargers and charging points at the site and the back office support protocols and training of relevant Bus Éireann staff.
A comprehensive Service & Maintenance support package will also be required for a period of not less than 5 years.
Site installation and commissioning of the charging infrastructure is expected to be completed by end Q1, 2022 ahead of the delivery of Battery Electric Vehicles for the two routes.
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: 1900000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 months
II.2.9)

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

Envisaged number of candidates: 5
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.1.2)

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

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

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:  07/06/2021
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE