Contract award notice

Information

Published

Date of dispatch of this notice: 09/05/2022

External Reference: 2022-229428

TED Reference: 2022/S 093-254127

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine, Harcourt Lane, Iveagh Court, Adelaide Road
Dublin
D02 WT20
IE
Contact person: Gerard Deenihan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE061 -  Dublin
Internet address(es):
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

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.1.7)

Total value of the procurement

Value excluding VAT:  348000000.00  GBP
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.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
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

Criteria below
Quality criterion  -  Name:  Characteristics of Driver's Area and Controls  /  Weighting:  5
Quality criterion  -  Name:  Vehicle Passenger Area Characteristics  /  Weighting:  10
Quality criterion  -  Name:  Vehicle Exterior Characteristics  /  Weighting:  5
Quality criterion  -  Name:  Vehicle Range  /  Weighting:  10
Quality criterion  -  Name:  Efficient Layout Design  /  Weighting:  4
Quality criterion  -  Name:  Engineering Build Quality of Sample Vehicle  /  Weighting:  5
Quality criterion  -  Name:  Arrangements for service support  /  Weighting:  6
Quality criterion  -  Name:  Time to complete delivery of initial order  /  Weighting:  5
Price  -  Weighting:  50
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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 250-623643

Section V: Award of contract

Contract No: 1

Title: Competition for Appointment to a Single Supplier Framework Agreement for the Purchase of Double-Deck Electric Buses

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/03/2022
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Bamford Bus Company Limited T/A Wrightbus
Union House 12-16 St Michael's Street
Oxford
OX1 2DU
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  348000000.00  GBP

Section VI: Complementary information

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).