Contract notice

Information

Published

Date of dispatch of this notice: 07/09/2018

Expire date: 08/10/2018

External Reference: 2018-226693

TED Reference: 2018/S 174-394165

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: Damien Corcoran
Telephone: +353 17033482
Internet address(es):
Main address: www.buseireann.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=134913&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework for the Installation Of A Vehicle Automatic Wash Systems & Underbody Wash System
Reference number:  BE/SU/07/09/2018
II.1.2)

Main CPV code

50112300  -  Car-washing and similar services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority proposes commencing a Single-Party Framework Agreement for the provision of Vehicle Automatic Wash Systems & Undebody Wash Systems at a number of Bus Éireann’s vehicle depots located nationwide.
The sucessful applicant will form the Single Party Framework Argreement. .
It is proposed that the term of the Single-Party framework agreement will be four years.
II.1.5)

Estimated total value

Value excluding VAT: 1700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
34000000  -  Transport equipment and auxiliary products to transportation
45220000  -  Engineering works and construction works
45351000  -  Mechanical engineering installation works
50100000  -  Repair, maintenance and associated services of vehicles and related equipment
51100000  -  Installation services of electrical and mechanical equipment
51510000  -  Installation services of general-purpose machinery and equipment
51514000  -  Installation services of miscellaneous general-purpose machinery
51540000  -  Installation services of special-purpose machinery and equipment
51900000  -  Installation services of guidance and control systems
71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 7
II.2.4)

Description of the procurement

The Contracting Authority proposes commencing a Single-Party Framework Agreement for the provision of Vehicle Automatic Wash Systems & Undebody Wash Systems at a number of Bus Éireann’s vehicle depots located nationwide.
The sucessful applicant will form the Single Party Framework Argreement. The scope of the initial contract is as follows.
• The system shall be suitable for the automated washing of all Bus Éireann commercial vehicles as required.
• This contract will include the dismantling of the existing bus wash and the complete installation of the new automatic wash system.
• The automatic wash system must be suitable to work within the constraints of the existing canopy structure.
• The underbody wash system is to be installed in tandem with the automatic bus wash and by the same supplier.
• It must be suitable to work within the constraints of the vehicle automatic bus wash system.
• This will include maintenance of bus wash system & underbody wash system.
It is proposed that the term of the Single-Party framework agreement will be four years.
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: 1700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 10
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

Competitive procedure with negotiation
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:  08/10/2018
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/10/2018
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay Dublin 7
Dublin
D1
IE