Contract award notice

Information

Published

Date of dispatch of this notice: 01/02/2020

External Reference: 2020-233990

TED Reference: 2020/S 024-053388

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
N/A
Dun Sceine, Iveagh Court,Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Gerard Deenihan
Telephone: +353 18798300
Fax: +353 18798333
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

Double-Deck Hybrid Bus Framework
II.1.2)

Main CPV code

34121300  -  Double-decker buses
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the Supplier during the period of the Framework Agreement. It is envisaged that up to 600 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.
For further information please see the tender documents.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  231718200.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

34121100  -  Public-service buses
34121300  -  Double-decker buses
34121400  -  Low-floor buses
34144910  -  Electric buses
II.2.4)

Description of the procurement

The Framework Agreement is intended to permit the purchase of double-deck diesel-electric hybrid buses from the Supplier during the period of the Framework Agreement. It is envisaged that up to 600 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 vehicles with a minimum of 40 seats on the upper deck, a minimum of 17 seats (not including longitudinal tip-up seats) on the lower deck and an overall capacity (including standees) of 70 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 entrance doorway fitted with a twin-leaf door and a motorised ramp suitable for unaided wheelchair access;
- a dedicated wheelchair space, which can be easily accessed from the front entrance doorway ramp;
 a dedicated buggy space, which can be easily accessed from the front entrance doorway ramp; and
- a wide centre exit doorway fitted with a twin-leaf door;
• conform to EU/UNECE Vehicle Category M3 and belong to UNECE Class I;
• be designed for both seated and standing passengers;
• be suitable for use on city and suburban routes with frequent passenger stops;
• be suitable for travelling on mixed roadways at speeds of up to 65 kilometres per hour;
• meet the relevant definition of a ‘clean vehicle’ under the European Union’s (EU’s) forthcoming revised Directive on the promotion of clean and energy-efficient road transport vehicles (a.k.a. the ‘Clean Vehicles Directive’), which is anticipated to enter into force from mid-2021 onwards;
• be capable of zero-tailpipe-emissions operation, in order to leverage the air quality benefits of zero-emission vehicles in advance of the roll-
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Functional Characteristics and Technical Merit  /  Weighting:  39
Quality criterion  -  Name:  After-Sales Service & Product Support  /  Weighting:  6
Quality criterion  -  Name:  Delivery Period  /  Weighting:  5
Price  -  Weighting:  50
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend framework by an additional 30 months.
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

Restricted 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: 2019/S 101-243894

Section V: Award of contract

Contract No: 1

Title: Double-Deck Hybrid Bus Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

29/12/2019
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  2
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Alexander-Dennis Ltd
836666490
5-9 Central Boulevard, Central Park, Larbert, Scot
FALKIRK
Stirlingshire
UK
Telephone: +44 01324616332
Fax: +44 01324638366

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  231718200.00  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
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).